Ohio Bids > Bid Detail

Broad Spectrum LED Grow Lights with Wireless (WiFi) Control Modules

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 62 - Lighting Fixtures and Lamps
Opps ID: NBD00159207051211230
Posted Date: Jul 10, 2023
Due Date: Jul 20, 2023
Solicitation No: 12505B23Q0208
Source: https://sam.gov/opp/13ad9b5cf1...
Follow
Broad Spectrum LED Grow Lights with Wireless (WiFi) Control Modules
Active
Contract Opportunity
Notice ID
12505B23Q0208
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 10, 2023 02:33 pm CDT
  • Original Date Offers Due: Jul 20, 2023 11:59 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6210 - INDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURES
  • NAICS Code:
    • 335132 - Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
  • Place of Performance:
    Wooster , OH 44691
    USA
Description

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 12505B23Q0208 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 335132 - Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing; with a small business size standard of 600 employees and the PSC code is 6210. This solicitation is Unrestricted (“Full and Open”).



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) has the need for the following products:



001) Broad Spectrum LED Grow Lights



002) Wireless (WiFi) Control Modules



Scope of Work:



The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office’s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS Corn, Soybean and Wheat Quality Research Unit located at 1680 Madison Avenue, 033 Selby Hall, Wooster, OH is requesting quotes for 16 broad spectrum LED grow lights with 2 wireless (WiFi) control modules to improve greenhouse production of corn.



Background:



Current greenhouse conditions are not suitable for growing corn to maturity and producing sufficient seed for downstream applications. Broad spectrum LED grow lights will provide the light quality and intensity required to grow corn to maturity with good seed set. These lights will facilitate production of large seed lots for virus seed transmission studies and expedite improved germplasm development.



Technical Requirements:



Provide and deliver 16 broad spectrum LED grow lights with the following characteristics/capabilities:




  • Lights should be dust and water resistant at a rating of at least IP66.

  • Should provide uniform lighting for two separate 18 x 20 ft greenhouse sections providing an average light intensity of at least 400 umol/m2/s.

  • Each of the 16 units should consist of two led lamp modules/light bars connected to a central power supply for a total of 32 lamp modules and 16 power supplies.

  • Each fixture should allow for flexible placement of each of the two light modules, facilitating a linear split configuration to reduce shading effects and improve uniformity.

  • Light fixture should have efficacy up to 3.1 micromol/J or higher.

  • Light should cover blue (~16%), green (~24%), red (~59%), and far-red (~1%) spectra.

  • Light output should be 2,000 micromol/s or higher.

  • Lights should have two wireless control modules allowing for control of two independent greenhouse rooms and for compatibility with existing greenhouse infrastructure.

  • Fixtures should weigh less than 20 pounds.

  • Should operate in temperatures up to 113F and 95% relative humidity.



Key Deliverables:




  • Broad Spectrum LED Grow Lights; Qty: 16

  • Wireless (WiFi) Control Modules; Qty: 2

  • Shipping/Freight/Delivery



Delivery:



The 16 broad spectrum LED grow lights complete with necessary manuals, attachments, and 2 wireless (WiFi) control modules must be delivered within 60 days of award to 1680 Madison Avenue, 033 Selby Hall, Wooster, OH 44691.



Evaluation Factors:



Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable.



Submitting a Quote:



Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.



Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award.



Vendors responding to this announcement shall submit their quote along with all other requested and required documentation (such as completed FAR provisions) to be included as part of ALL offeror’s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase.



The solicitation attachments include FAR clauses, a Statement of Work (SOW), Diagram, and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition.



In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please provide a completed copy of the FAR provisions FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment), FAR 52.212-3 (Offeror Representations and Certifications - Commercial Products and Commercial Services), and FAR 52.225-18 (Place of Manufacture), with any quote.



Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days.



To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code.



As the Buy American Act applies to this acquisition, vendors should provide the full legal name of the manufacturer as well as the manufacturing location’s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred.



Also, be certain all quotes included the vendor’s full legal name, physical address, individual unit prices for all items quoted, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information.



Quotes must include an example picture or diagram, and description of the new mattress system for review.



The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Invoices to be billed quarterly in arrears.



Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than Monday, July 17, 2023 at 11:59 PM Central Time (CT). Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government.



Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to aaron.dimeo@usda.gov by NO later than Thursday, July 20, 2023 at 11:59 PM Central Time (CT).



NOTE: Be absolutely certain to reference the RFQ number “12505B23Q0208” and/or title of the solicitation “Broad Spectrum LED Grow Lights with Wireless (WiFi) Control Modules” in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).


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


History
  • Jul 10, 2023 02:33 pm CDTCombined Synopsis/Solicitation (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 >