UV Sterilizer
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: May 04, 2022 11:31 am EDT
- Original Date Offers Due: May 10, 2022 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 25, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, , and is being conducted according to FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number and a statement that the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAR FAC 2022-06 May 1, 2022.
(iv) This is a total 100% small business set-aside and the associated NAICS code is 334516 and small business size standard is 1,000 employees.
(v) See attached document Performance Work Statement.
(vi) USDA, Agricultural Research Service (ARS), Northeast Area (NEA), National Cold Water Marine Aquaculture Center (NCWMAC) requires two UV Sterilizer systems for UV disinfection of water within existing recirculating aquaculture systems (RAS). Systems and components must be compatible with existing infrastructure and meet all the minimum specifications provided in attached Specification Sheet. Units and components must be shipped to the National Cold Water Marine Aquaculture Center in Franklin, ME. The government will install the units in the existing systems.
*Please see Specification Sheet for details*
(vii) Performance location: USDA, ARS, NEA, NCWMAC, 25 Salmon Farm Rd., Franklin, ME 04634.
(viii) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The Government intends to award a Firm Fixed-Price (FFP) contract. The award will be made on the basis of Lowest Price Technically Acceptable (LPTA). "LPTA" means, the expected outcome of the acquisition, that results from the selection of the lowest evaluated price (evaluated as total cost of all line items) is a technically acceptable quotation, that fully meets all specifications listed. Only the lowest priced quote will be evaluated for technical acceptability (based on the specifications). The next lowest offer will only be evaluated if the aforementioned quote is not found technically acceptable (and so on). Only one award will be made under this solicitation based on availability of funding.
In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:
(a) Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the SOW.
(b) Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.
(c) Submit Unique Entity ID & DUNS# with quotation.
REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.
(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on Sam.gov by the time quotes are due.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached clauses for additional applicable clauses.
(xiv) All questions regarding this announcement must be submitted in writing to the Contracting Specialist, via email to dilynn.rogers@usda.gov by 9 May 2022. Telephone requests for information will not be accepted or returned. Quotes are due on 10 May 2022 NLT noon EST by email to, Dilynn Rogers at dilynn.rogers@usda.gov.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.
Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products.
Attachments/Links
Contact Information
Primary Point of Contact
- Dilynn Rogers
- dilynn.rogers@usda.gov
- Phone Number 3015043691