Search Contract Opportunities

Dry Pump for Exploris 480

ID: 12505B24Q0163 • Type: Synopsis Solicitation

Description

Posted: May 16, 2024, 3:04 p.m. EDT

*The purpose of this amendment is to re solicit full and open*

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B24Q0163 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04 dated May 01, 2024. This solicitation will be full and open. The associated NAICS code is 333914 (Measuring, Dispensing, and Other Pumping Equipment Manufacturing), with a small business size standard of 1,000 employees.

This acquisition is for the following item as identified in the Line Items:

0001) Dry Pump for Exploris 480

Description of Work: The USDA has a requirement for a dry pump for Exploris 480 in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, in St. Paul, MN and will also be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. See attached Clauses and Provisions document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services and include a copy of 52.212-3 Offeror Representations-Commercial Products and Commercial Services. Submission of quote shall include the following: (1) Technical and (2) Price.

All responses shall be submitted electronically to joel.maas@usda.gov

The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. The lowest priced quote will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.

INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of Performance 90 Days ARO.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.

Quotes must be received no later than 5:00 PM Eastern Time on May 21, 2024.

Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM Eastern on May 17, 2024. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Posted: May 7, 2024, 2:09 p.m. EDT
Posted: May 4, 2024, 12:47 p.m. EDT
Background
The USDA-ARS St. Paul, Minnesota location Cereal Disease Laboratory is requesting a dry pump compatible with an Exploris 480 mass spectrometer. The laboratory conducts research on diseases of small-grain cereal crops and has acquired a liquid chromatography-mass spectrometry system to study these diseases. Due to temperature issues with the existing vacuum pumps on the Exploris 480 LC-MS system, a dry pump is needed to keep temperatures in the laboratory space within operating specifications.

Work Details
Dry Pump for Exploris 480: The USDA has a requirement for a dry pump for Exploris 480 in accordance with the Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, in St. Paul, MN and will also be identified in the contract.
Required specifications for the dry pump include maximum dimensions, single phase, air cooled and quiet operation, inlet flange, maintenance-free operation, pumping speed, ultimate vacuum, outlet flange, operating temperature range, power connector, mains voltage, flow at typical application condition, leak tightness, noise level, and vibration at inlet flange. The equipment should be delivered to USDA-ARS Cereal Disease Laboratory in St. Paul, MN within 30-90 days after receipt of order.

Period of Performance
Period of Performance: 90 Days ARO.

Place of Performance
Place of Performance: USDA-ARS Cereal Disease Laboratory, 1551 Lindig St., St. Paul, MN 55108

Overview

Response Deadline
May 21, 2024, 5:00 p.m. EDT (original: May 10, 2024, 5:00 p.m. EDT) Past Due
Posted
May 4, 2024, 12:47 p.m. EDT (updated: May 16, 2024, 3:04 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Saint Paul, MN 55108 United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000 - $15,000 (AI estimate)
Signs of Shaping
60% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 5/4/24 ARS Midwest Area issued Synopsis Solicitation 12505B24Q0163 for Dry Pump for Exploris 480 due 5/21/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333914 (SBA Size Standard 750 Employees) and PSC 4320.
Primary Contact
Name
Joel Maas   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 12505B24Q0163

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 12505B24Q0163

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 12505B24Q0163

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12505B24Q0163

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12505B24Q0163

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS MWA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12505B
Source Organization Code
500033435
Last Updated
June 5, 2024
Last Updated By
joel.maas@usda.gov
Archive Date
June 5, 2024