SOLICITATION NOTICE
66 -- Sensors, Bubbler Flow Meters, Portable Samplers
- Notice Date
- 4/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
- ZIP Code
- 61604
- Solicitation Number
- 5114-6-0009
- Response Due
- 4/24/2006
- Archive Date
- 5/30/2006
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 5114-6-0009 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The NAICS code applicable to this acquisition is 339111. For a company to qualify as a small business, the small business standard is 500 employees. The USDA/ARS, Columbus, OH Research Unit, has a requirement/need for a Portable Samplers, Sensor, and Bubbler Flow Meter, ?Brand Name or Equal? to ISCO Part #68-2050-002 Model 2150 AV Sensor, ISCO Part #68-4230-002 Model 4230 Bubbler Flow Meter and ISCO Part #68-6710-070 Model 6712 Full size Portable Sampler along with a vinyl suction line and strainer kit and cable to connect sampler to flow meter. This equipment will be used for quantifying the amount and sampling the drainage water from agricultural land. This equipment must be compatible with current research equipment. Listed are the items and quantities required: CLIN #01 Sensor with 50 foot length (5 each). CLIN #02 Bubbler Flow Meter (2 each). CLIN #03 Full Size Portable Sampler (8 each). CLIN #04 Vinyl Suction Line and Strainer Kit (8 each). CLIN # 005 Sampler to flow meter connect cable (8 each). SALIENT CHARACTERISTICS for AV SENSOR must meet or exceed the following minimum requirements: 1) Doppler ultrasonic flow measurement; 2) powered by standard rechargeable batteries; 3) battery voltage readout; 4) power management that provides battery life up to 15 months; 5) integrated pressure transducer to measure liquid depth; 6) rollover memory with variable rate data storage; 7) non-volatile flash memory; 8) automatic atmospheric pressure compensation; 9)ability to sense velocity in flows down to 25 mm in depth; 10) Flowlink? Software compatible data output. FOR BUBBLER FLOW METER must meet or exceed: 11) Internal air compressor; 12) automatic drift compensation; 13) automatic bubble line purging; 14) built in flow conversions; 15) 10 foot level measurement range; 16) interface for parameter monitoring instruments and sampler activation; 17) minimum of 80,000 bytes of nonvolatile programmable flash memory; 18) must be powered by standard rechargeable batteries; 19) Flowlink? Software compatible data output. FOR PORTABLE SAMPLER must meet or exceed: 20) User programmable sampling interval with ability to change sampling interval based on flow rate within a program; 21) plug-in interface for flow and parameter monitoring instruments; 22) minimum 512kB memory; 23) must meet EPA sample delivery velocity of 2 ft/sec at heads to 25 ft; 24) must include pump revolution counter; 25) must include liquid detection sensor; 26) Flowlink? Software compatible data output; 27) vinyl suction line, strainer, and sampler to flow meter connector cable are required accessories. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212 3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov; and FAR 52.222-22, Previous Compliance Report. FAR 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per CLIN and TOTAL price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acqnet.gov/far/loadmainre.html. DELIVERY TO: USDA-ARS, Columbus, OH. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery within 30 days after award, however each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. 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 those documents related to this procurement, if any. Furnish Quotes to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m. (CST), April 24, 2006. Quotes and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email below.
- Place of Performance
- Address: USDA, ARS, MWA, 590 Woody Hayes Drive, Columbus, OH
- Zip Code: 43210
- Country: USA
- Zip Code: 43210
- Record
- SN01026287-W 20060414/060412220204 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |