Iowa Bids > Bid Detail

Renderer Seal Replacement and Rebuilds

Agency:
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159652832315972
Posted Date: Nov 9, 2023
Due Date: Nov 22, 2023
Source: https://sam.gov/opp/5684c3d863...
Follow
Renderer Seal Replacement and Rebuilds
Active
Contract Opportunity
Notice ID
12505B24Q0001
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
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: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 09, 2023 10:59 am CST
  • Original Date Offers Due: Nov 22, 2023 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5330 - PACKING AND GASKET MATERIALS
  • NAICS Code:
    • 339991 - Gasket, Packing, and Sealing Device Manufacturing
  • Place of Performance:
    Ames , IA 50010
    USA
Description

Solicitation number 12505B24Q0001 Renderer Seal Replacement and Rebuilds is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 339991 (Gasket, Packing, and Sealing Device Manufacturing), with a small business size standard of 600 employees and a PSC Code of 5330 Packing and Gasket Material.





This acquisition is for the following item as identified in the Line Item Number(s).



0001) Removal; replacement and rebuilding of seals for the National Centers for Animal Health (NCAH) Agricultural Research Service (ARS) Renderer.





Specifications: See the following attached documents: RFQ 12505B24Q0001 / Exhibit 1 G001 Building 9 / Exhibit 2 Non-drive side of ARS Renderer / Exhibit 3 ARS Renderer Name Plate / Exhibit 4 Drive side of ARS Renderer / Exhibit 5 Proper Seal Installation on Shaft / Exhibit 6 Previously removed Seal





The 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. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred Program.





The Contractor shall provide all items F.O.B. destination. Location of the Government site is 1920 Dayton Avenue, Ames, IA 50010 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.





Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following:





(1) Technical Specifications,





(2) Price (to include shipping), and a completed copy of FAR Provision 52.212-3.





All responses shall be submitted electronically to debora.wells@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, the criteria for evaluation are: (1) Technical Specifications and (2) Price (to include shipping) 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: Supplies will be inspected by the technical representative and accepted at destination. Work shall be completed with 120 days of award.





See attached RFQ 12505B24Q0001 document for the Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses that apply to this acquisition.





To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. All invoices shall be submitted electronically.





Quotes must be received no later than 2:00 PM Central Time on November 22, 2023. Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM CT on November 14, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 09, 2023 10:59 am CSTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >