Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

66 -- Automated Soil CO2 Gas Flux System

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area/Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, WV, 25430, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
03-349B-6-6222
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
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; proposals are being requested and a written solicitation will not issued. Solicitation number 03-349B-6-6222 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The North American Industry Classification System code for this procurement is 334516 and the small business size is 500. *** THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. *** Contractors are responsible for reading and complying with this entire combined synopsis/solicitation and monitoring website, http://www.fedbizopps.gov for any additional information relating to this requirement. The USDA, Appalachian Farming Systems Research Center (AFSRC) requires a Contractor to furnish and deliver one (1) new Automated Soil CO2 Gas Flux System with the specifications and requirements identified below. The System will be used for the measurement of diurnal and seasonal CO2 fluxes from the soil surface in pasture and silvopastoral plots. SCOPE OF WORK - The USDA, AFSRC requires one new Automated Soil CO2 Gas Flux System to be furnished and delivered to the USDA AFSRC facility in Beaver, West Virginia, in accordance with the terms, conditions, and specifications contained in this document. The Government will be responsible for supplying a compatible laptop computer for use with the System. (A.1) SCHEDULE OF ITEMS -- LINE ITEM 0001 -- One (1) each Automated Soil CO2 Gas Flux System that shall be in accordance with the following specifications and requirements: Automated Soil CO2 Gas Flux System shall have the following minimal capabilities/specifications and include the following: (a) System must determine CO2 concentrations using infrared gas analyzers capable of measuring soil CO2 flux across a minimum range of 0 to 600 ppm; (b) The system must contain four (4) automated soil respiration chambers that are each integrated with a separate field portable infrared gas analyzing unit (IRGA); (c) Each IRGA unit and sample chamber must be housed together as a stand alone unit; (d) Each chamber shall be capable of operating as a stand alone unit or as part of a networked system; (e) Chambers must be capable of measuring both dark (opaque chamber) and light (clear chamber) respiration; (f) Chambers must have capability to sample CO2 concentrations while left unattended for an extended period of time; (g) Chambers must provide minimal alteration of the underlying soil environment by having a mechanism that removes it automatically from the soil surface to allow ambient conditions such as sunlight and rain to reach the underlying soil; (h) System must include probes, (one temperature and one moisture prober per chamber-IRGA unit), for measuring soil moisture and soil temperature; (i) System shall be fully weatherproof. (j) Have a minimum of a one year warranty to include Parts and Labor, (PROVIDE COPY OF WARRANTY WITH QUOTE); (k) Include training manuals conducive to self training on system use; (l) Delivered FOB DESTINATION to: USDA, ARS, AFSRC, 1224 Airport Road, Beaver, West Virginia 25813. (A.2) PRODUCT LITERATURE - - Quotations shall include the make and model of the product(s), manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. (A.3) SHIPPING AND DELIVERY - - Delivery shall be made in accordance with FAR Clause 52.247-34, F.O.B. Destination. Shipment shall be to: USDA, ARS, AFSRC, 1224 Airport Road, Beaver, West Virginia 25813. Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays. SHIPPING and DELIVERY shall be completed within 90 days after receipt of purchase order. (A.4) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52-212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (23) 52.225-1, Buy American Act - - Supplies; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (33) 52.232-36 Payment by Third Party; 52.204-7 Central Contractor Registration; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.219-6 Notice of Total Small Business Set-Aside; 52.225-8 Duty-Free Entry; 52.227-3 Patent Indemnity; 52.242-17 Government Delay of Work; 52.246.17 Warranty of Supplies of a Noncomplex Nature; 52.247-35 F.o.b. Destination, Within Consignees Premises (A.5) EVALUATION CRITERIA - - The Government contemplates award of a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price and other factors considered. (A.6) *** INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** OFFERS SHALL BE SUBMITTED TO THE ATTENTION OF: Timothy Smearman, USDA, ARS, NAA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 OFFERS SHALL BE RECEIVED AT THE ADDRESS SPECIFIED ABOVE PRIOR TO: 3:00 P.M. (EST) ON September 6, 2006. ** NOTE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. ** OFFERORS SHALL SUBMIT ALL OF THE FOLLOWING: (a) Quotation for Line Item specified under (A.1) Schedule of Items; (b) Detailed Warranty information identified under (A.1) Schedule of Items, Line Item 0001, Item (j); (c) Product literature identified under (A.2) Product Literature; (d) Statement that the offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov and verifies by submission of an offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer. Reference FAR 52.212-3 Offerors Representations and Certifications- Commercial Items identified under (A.5). If paragraph (j) of the provision is applicable, a written submission of FAR 52.213-3 is required. (e) Statement that Offeror is registered in the Central Contractors Database. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database (http://www.ccr.gov) prior to award, during performance, and through final payment of any contract resulting from this solicitation. (f) Statement indicating acceptance or non-acceptance of a Government Visa Credit Card Payment. (A.8) ADDITIONAL INFORMATION - - Questions shall be submitted in writing to: Timothy Smearman, USDA, ARS, NAA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430 or by electronic mail to: tim.smearman@ars.usda.gov
 
Place of Performance
Address: 1224 Airport Road, Beaver, West Virginia
Zip Code: 25813
Country: UNITED STATES
 
Record
SN01123014-W 20060825/060823220232 (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 |
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.