Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2002 FBO #0250
SOLICITATION NOTICE

66 -- Spray Characterization System

Notice Date
8/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Southern Plains Area Office, 7607 Eastmark Drive, Suite 230, College Station, TX, 77840
 
ZIP Code
77840
 
Solicitation Number
R36-7MN1-02
 
Response Due
8/28/2002
 
Point of Contact
Michael Douglas, Contract Specialist, Phone (979) 260-9480, Fax (979) 260-9413, - Michael Douglas, Contract Specialist, Phone (979) 260-9480, Fax (979) 260-9413,
 
E-Mail Address
mdouglas@spa.ars.usda.gov, mdouglas@spa.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is R36-7MN1-02 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside; The NAICS is 334516, business size 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 01-08. The USDA, Agricultural Research Service, Southern Plains Agricultural Research Center, Areawide Pest Management Research Unit, requests the procurement of one Spray Characterization System. As part of the research mission of the Aerial Application Technology group in the Areawide Pest Management Research Unit, we conduct research related to the effects of spray atomizers, spray formulations, and other physical properties on droplet sizes and droplet size distributions that occur in the aerial application of crop protection materials. The research objectives are to maximize product efficacy without unintended impact on the environment, such as drift. As new atomizers and crop protection materials are developed through our research and/or introduced by commercial entities, we must be able to fully understand the droplet characteristics that are being produced under various aerial application conditions. The droplet size and droplet size distribution being produced by a particular atomizer and spray solution combination is used to predict and measure where droplets will deposit once that are released from the aircraft. We are interested in being able to analyze the effects of various atomizer designs on droplet velocities to help predict where the droplet will ultimately deposit. Minimum requirements include: 1) Fully characterize droplet sizes within the spray plume and the droplet size distribution of the entire spray plume; 2) Droplet velocity within the spray plume; 3) Provide both numerical and visual assessments of the spray characteristics within the plume; 4) All software and computing resources; 5) The system must operate in an outdoor environment with minimal access to laboratory space; 6) The system should not require any shielding from water, dust, or chemical contaminates that would require obstruction or interference of the air stream. 7) The system must be able to characterize a spray plume that is developed in a 60-150 mph (25-70 m/s) air stream and generates droplets from 15-1000 m in size. 8) Specify warranty type and duration. The contractor shall perform all delivery, set-up and training so that the Spray Characterization System is complete and ready to use. The Spray Characterization System shall be delivered to the USDA, Agricultural Research Service, Areawide Pest Management Research Unit, 2771 F&B Road, College Station, Texas, 77845. The Government "REQUIRES" delivery no later than 90 days after receipt of order, however, each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead detailing the unit pricing; descriptive literature, brochures, and five references for the proposed equipment. References must have received the proposed equipment within the last three calendar years (Government references preferred but will accept commercial references) shall also be provided for the product quoted. 52.252-2 CLAUSES INCORPORATED BY REFERENCE; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses from (a) 52.222-3, Convict Labor; 52.233, Protest after award, and (b) FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34,Payment by Electronic Funds Transfer - Other than Central Contractor Registration; applicable to this acquisition: FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS, FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; and (iii) price (based on F.O.B. Destination), where technical and past performance are more important than price. and apply to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Michael Douglas, Contracting Officer, USDA, ARS, SPA, 7607 Eastmark Drive, Suite 230, College Station, Texas, 77840, no later than 3:00p.m., August 28, 2002. Quotations my be provided by facsimile to (979) 260-9413 if desired. Additional information may be obtained by contacting the contracting officer at (979) 260-9480 (voice) or email below.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/SPAO/R36-7MN1-02/listing.html)
 
Place of Performance
Address: USDA, Agricultural Research Service, Areawide Pest Management Research Unit, 2771 F&B Road, College Station, Texas
Zip Code: 77845
Country: U.S.A.
 
Record
SN00135809-F 20020809/020808094747 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.