Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
SOLICITATION NOTICE

37 -- UPGRADE OF AUTOMATED FEEDER SYSTEMS, ANCILLARY EQUIPMENT AND ACCESSORIES (120-EXPANSION PACKAGE)

Notice Date
9/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-2-1930-100-016(NCCCWA)
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov, elegates@naa.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Point Four System, Inc., Richmond, BC, Canada to furnish, deliver, and install an upgrade to the existing AVROTECH Automated Granulate Feeder System, Ancillary Equipment and Accessories currently at the USDA, ARS, NAA, National Center for Cool and Cold Water Aquaculture (NCCCWA), in Kearneysville, WV. The (upgrade) expansion package will be used to increase our research on broodstock development and improvement, growth, feed intake and growth efficiency (efficiency of converting feed into flesh) in order to improve our measurements of genetic variation and estimates of genetic merit. The package includes: 1) 4-EA, Feeding Control Units (32 channels); 2) 16-EA, Feeder Line Supervision Cards (8-lines); 3) 30-EA, Dosing drum, 5g/12 cups; 4) 50-EA, Dosing drum, 0.3g/24 cups; 5) 120-EA, Transparent acrylic 6 liter; 6) 120-EA, Hanger hoppers; 7) 120-EA, Feeder Granulate and Accessories. The SALIENT CHARACTERISTICS for the 120-tank expansion package shall: 1. Be completely compatible and work in tandem with the following existing equipment: One (1) ARVOTECH Controller and 30-feeders, Windows XP Operating System with ARVOTECH software (windows compatible), ancillary equipment and accessories at the USDA, ARS, NCCCWA. 2. System allows five (5) controllers on the system simultaneously. Each control unit shall have the capability to individually control 32-tanks and have the capability of expanding to control and regulate up to 300-tanks and allow inputs for water chemistry parameters. 3. The system shall be capable of calibrating only one feeder to get accurate feeding amounts with each feeder. 4. The feeding system must be capable of delivering feed in the size range of crumble for fist feeding fry (0.3mm) to 6mm pellets and from 5 grams to 5 kg. of feed per day. The feeding system must not get bound up during operation. Each feeder shall be mountable over tanks as small as 50 cm2. The feed hopper must hold at least 6 liters of feed. Each controller system will show the daily output of feed delivered on a tank-by-tank basis. 5. The Contractor must be capable of preprograming the controllers with site-specific information i.e., Biomass per tank and feeding rate. 6. The system must include Windows compatible (i.e. XP) software upgrades which are available by either disk or e-mail. The software must be completely compatible and work in tandem with the existing AVROTECH system and software. DELIVERY - is required within six (6) weeks after receipt of the purchase order along with one copy of the Customer Service Manual. GOVERNMENT RESPONSIBILITIES - The Government shall be responsible for installation of all field wiring and will inform the Contractor when system is available for installation. INSTALLATION - The Contractor shall perform installation and start-up within two (2) weeks after the Government has completed the field wiring. TRAINING - The Contractor shall provide a minimum of 1-day training on-site at the NCCCWA for a maximum of 3 persons and include all pertinent training materials and be completed at time of installation by the Contractor. WARRANTY - The Contractor shall provide a one year, on-site, parts and labor warranty on the equipment and a standard commercial software warranty. The Contractor shall provide a copy of the warranty for each item with their offer and information regarding available service contracts. DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the USDA, ARS, NAA, National Center for Cool and Cold Water Aquaculture (NCCCWA), 11876 Leetown Road, Kearneysville, WV 25430. DOCUMENTATION - The Contractor shall provide the field wiring installation instructions to the COR within five (5) calendar days after receipt of the purchase order. The Contractor shall provide two (2) copies each of the following manuals: operations, repair, maintenance, lubrication, software, service instructions, and operating instructions to be submitted when you deliver of the equipment. The following standards in Section 508 Accessibility Compliance Clause are applicable to this contract: 1194.21, 1194.22, and 1194.26. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor's website or other readily available location (specify). Contractor's with the demonstrated capability and financial capacity to provide these items must submit a written substantive statement outlining the Company's capabilities, provide the required information and provide itemized pricing. The Contractor is responsible for monitoring the FBO website at http://www.fedbizopps.gov for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents (if any). Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 5 days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Point Four Systems, Inc. under the authority of FAR 6.302. The NAICS Code is 421820 with a size standard of 500 employees. This is not a request for proposal. INFORMATION SENT BY E-MAIL OR FAX IS NOT ACCEPTABLE. No solicitation is available.
 
Place of Performance
Address: USDA, ARS, NAA, National Center for Cool and Cold Water Aquaculture (NCCCWA), 11876 Leetown Road, Kearneysville, WV
Zip Code: 25430
Country: United States
 
Record
SN00161021-W 20020911/020909213136 (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.