Description of Amendment 1 - 1. Updated quote due date 27-AUG-25 changed to 04-SEP-25 at 1700 ET.
2. Response to RFI's below
1. Please confirm the National Center for Agricultural Utilization Research can receive and unload the autoclave, upon delivery. Or should receiving/unloading be included, as part of the vendor's scope of work? The vendor is responsible for unloading and moving the steam sterilizer to the specified facility room location.
2. Can a forklift (at the receiving area) be made available, to assist in the uncrating process? No
3. Will the autoclave be installed on the ground floor? If not, is an elevator available for transport to its final location? It will be installed on the ground floor.
4. If an elevator is required for transport, can you confirm its internal cab dimensions and weight limit? N/A
5. Are there any obstacles in the pathway to the autoclave's final location, including hallways less than 6 feet in width? Any other obstacles, such as stairs, ledges, tight turns, etc.? Steam sterilizers cabinets must fit in room corner with space not to exceed 50" width, 68" depth, and 71" height (non-removable canopy ventilation present, 74 ¾" height). Service clearance provided on the front and right side (i.e., rear and left side of steam sterilizer and will be adjacent to wall).
6. What is the smallest doorway size in the pathway to the autoclave's final location? Steam sterilizer must fit through room access door 52 ½" width and 82" height.
7. Can house air (75 PSI minimum) be made available at the autoclave location? No
8. Vacuum System: For this chamber size/volume, we recommend a liquid ring vacuum pump in lieu of a water ejector. The vacuum pump will require 3-phase electrical power, 208V or 480V. Can 3-phase power be provided for the new autoclave? No
9. Our autoclave, externally, is 73 1/4" high. This means it will fit below the canopy hood height of 74 3/4". If we assure you it will fit properly, will you consider an autoclave with this overall height? Steam sterilizer must meet all the technical requirements in this solicitation.
10. Can a dimensioned drawing (and site photos) of the autoclave room be made available? This information would be critical to have, prior to bidding, to ensure a proper fit and verify there is adequate space for service access. Having room dimensions and photos is especially important in this case, since you want the autoclave vendor to include de-installation/removal/disposal of an existing autoclave. There are not any obstacles in the room that exceed the width of the room access door.
11. The bid states that the delivery is due no later than 120 calendar days after contract award? Being that this type of equipment is built to order, there are a very limited (if any) manufacturers that can deliver in this time frame. Time frame flexibility may be considered - must submit supporting documents to justify.
All other terms and conditions remain the same.
-----------end of amendment -----------
This is a combined synopsis/solicitation for commercial items/services 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 1232SA25Q0686 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025. This solicitation will be a Total Small Business set aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1,000 Employees.
This acquisition is for the following item as identified in the Line Items:
Review Attachment 2 - Schedule of Items
The Contractor shall provide all supplies FOB at. Location of the Government is USDA, in Peoria, IL 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. .
All responses shall be submitted electronically to tiffany.reval@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: Supply/Services will be inspected by the performance and accepted at the place of performance. The period of performance and service of this contract is a base plus four additional option years.
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.
Questions in regard to this combined synopsis/solicitation are due no later than 4:00 PM Central on Aug 22, 2025. 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.