SOLICITATION NOTICE
66 -- Photoysnthesis System (Portable Gas Analyzer)
- Notice Date
- 8/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
- ZIP Code
- 30605
- Solicitation Number
- RFQ-032-4384-09
- Archive Date
- 9/23/2009
- Point of Contact
- Patricia L Jones, Phone: 706-546-3533
- E-Mail Address
-
pat.jones@ars.usda.gov
(pat.jones@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item 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, quotations are being requested and a written solicitation will not be issued. Solicitation number RFQ-032-4384-09 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC2005-32. This procurement is a total small business set aside. The NAICS code applicable to this acquisition is 334516. The small business size standard is 500 employees. CLIN 1 - QTY 1 - Photosynthesis System (Portable Gas Analyzer) SPECIFICATIONS: USDA ARS has a Photosynthesis System (Portable Gas Analyzer) Requirement: We require a portable acquisition and control system capable of controlling CO2, temperature and H20 both automatically or manually and performing automatic or manual measurements of photosynthetic gas exchange in both the laboratory and field. General Specifications: 1. Internal data storage, built-in standard communications interface for connection to computer and downloading data. 2. Automatic control of CO2 (0-2000 ppm), H2O vapor (0-dewpoint) and cuvette temperature (cooling and maintaining ambient). 3. Auto-zero and self calibration for CO2 including calibration verification capability, especially for field use. 4. Four independent non-dispersive gas analyzers for simultaneous measurements of CO2 and H2O providing. Optical bench to be temperature controlled and pressure compensated. 5. Environmental sensor inputs to main console for available (*) sensors. 6. Built-in setup and control software for standard measurements such as A/Ci curves, light- and temperature-response curves. 7. Instrument training included. 8. Includes packing, shipping and delivery FOB: USDA-ARS 3127 Ligon St Raleigh NC 27607 Additional Laboratory Specifications: In addition to the above 9. System cuvette must be light weight and flexible enough to be capable of being mounted inside a large laboratory chamber (~ 12 ft3) independent of existing conditions within the large chamber. The laboratory chamber is designed to contain an entire plant. 10. The gas analysis system must be capable of controlling and measuring CO2 and H2O vapor exchange within the large laboratory chamber. That is, the system should be capable of controlling and measuring gas exchange in a user-built, whole canopy chamber without the benefit of the attached single leaf cuvette. 11. Automatic logging at user defined intervals. Additional Field Specifications: 12. System should be capable of rapid, simple CO2 and H2O exchange measurements on many plants in the field over periods of several hours. It should be light-weight enough (<~10 kg) to accomplish this without causing excessive fatigue from maneuvering the system around the field. The same should be true for other photosynthesis measurements in the field. The following three items are not being ordered at this time but must be compatible with this system and be available for possible future purchase A. Detachable LED and continuous broad spectrum light sources for the gas exchange cuvette including capability of automatic control of light levels from 0 to 2000 µmol m-2 s-1. B. Detachable PAM chlorophyll fluorescence module with automatic control software. C. Gas exchange cuvette chambers for broad and narrow leaf types. Broad-Leaf chamber included. Delivery Requirement: Delivery shall be FOB Destination to Raleigh, NC. Delivery time is 6 to 8 week ARO. Quoted price shall include all delivery costs. Evaluation will be based on price and capability of equipment to meet specifications. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under the solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial Items: 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror vertifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in 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 and are incorporated in this offer by reference, except for paragraphs _____________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222.36, 52.223-15, 52.223-16, 52.225-3, 52.225-13, 52.225-33, and 52.211-6. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. The contractor 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 rights 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 its response. Responses [pricing, descriptive literature, copy of standard commercial warranty, provisions identified in paragraph above]. All sources wishing to provide a quotation must respond by 4:00 PM, September 8, 20094. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30605-5677). POC Patricia Jones, Purchasing Agent, 706/546-3533. Faxed or emailed responses are not acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include year of manufacture, technical specifications, descriptive material, and capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Offeror shall include references (including names and contact information for individuals familiar with the transaction) of three firms for which similar equipment was provided. The anticipated award date is September 14, 2009. All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-032-4384-09/listing.html)
- Place of Performance
- Address: USDA-ARS, 3127 Ligon St, Raleigh, North Carolina, 27607, United States
- Zip Code: 27607
- Zip Code: 27607
- Record
- SN01922299-W 20090823/090822003952-f458f70826567c741e04126c0935ff7e (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 |