Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2010 FBO #3127
SOLICITATION NOTICE

66 -- Constant Temperature Anemometer (CTA) System

Notice Date
6/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
 
ZIP Code
61604
 
Solicitation Number
AG-5114-S-10-BB22
 
Point of Contact
Georgetta C Stonewall, Phone: (309) 681-6624, Constance F. Williams, Phone: 3096816118
 
E-Mail Address
georgetta.stonewall@ars.usda.gov, connie.williams@ars.usda.gov
(georgetta.stonewall@ars.usda.gov, connie.williams@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation No. AG-5114-S-10-BB22 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. Set-Aside: This procurement is fully set-aside for small businesses. The NAICS code applicable to this acquisition is 334513. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Wooster, OH has a requirement/need for a Constant Temperature Anemometer (CTA) System. The Application Technical Research Unit (ATRU) requires this instrument to be used to develop new air assisted sprayers and nozzles used in nursery and greenhouse applications to improve spray deposition efficiency and reduce pesticide use. Liquid velocities inside and outside nozzle orifices and air velocities and turbulence intensity inside and outside canopies will be determined with this instrument to correlate spray deposition and penetration efficiency with the new sprayer and nozzle development. The reliable and accurate measurement of air and liquid velocities is a critical part of our development of intelligent spray systems. THE SALIENT CHARACTERISTICS: The Constant Temperature Anemometer (CTA) System must meet or exceed these requirements. 1) Must have the capability to measure both 3-D air and liquid velocities between 0.02 and 300 m/s at 100 meter distance from the measurement point. Its calibration system must have the capability to calibrate the velocity range from 0.02 and 300 m/s. 2) Must have the capability to be operated with various types of probes under both laboratory and field conditions to achieve accurate and reliable air, turbulence intensity, and liquid velocity measurement. 3) Must have the automatic measurement function that is triggered by temperature, pressure, time of day and can be integrated with our existing interfaces. 4) The system must include the following key components: a) Six-channel anemometer and all necessary accessories. b) Software that is compatible with the operating system Windows XP or later. c) Calibration system. e) Eight-channel 16-bit A/D converter. f) Six fiber-film probes. g) Six 20-cm long probe supporters. h) Six 100-m long coaxial cables. i) Six 20-m long coaxial cables. j) Two 3-D fiber-film probes. k) Two 3-D probe supporters. 5) Training and Installations are required. 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 PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal 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.acquisition.gov/comp/far/index.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 Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); 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 52.211-5, Material Requirements; 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, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Proposal on company letterhead detailing the unit price and total price; 2) descriptive literature, brochures, information on service and support; 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.acquisition.gov/comp/far/loadmainre.html or state on their proposal that they are registered in ORCA. DELIVERY TO: USDA-ARS, Wooster, OH. PROPOSAL PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 60 days after award, however, each offeror shall include their proposed delivery schedule as part of their proposal. 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 Proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal 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 proposals will be rated against the salient characteristics and minimum requirements. B) Warranty. C) Delivery. D) Installation. E) Training. 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.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., July 2, 2010. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-10-BB22/listing.html)
 
Place of Performance
Address: USDA, ARS, MWA, ATRU, 1680 Madison Avenue, Wooster, Ohio, 44691, United States
Zip Code: 44691
 
Record
SN02177815-W 20100617/100615235259-005e849022109ece8a8bb3c79702c8cd (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.