SOLICITATION NOTICE
66 -- Water Quality SONDES and SENSORS used for turbidity and dissolved organice carbon measurements
- Notice Date
- 1/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 676206
- Archive Date
- 2/11/2014
- Point of Contact
- John C. Wilkinson, Phone: 301-504-1731, Brian Brown, Phone: 979-260-9345
- E-Mail Address
-
john.wilkinson@ars.usda.gov, brian.brown@ars.usda.gov
(john.wilkinson@ars.usda.gov, brian.brown@ars.usda.gov)
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be used. Solicitation number 676206 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. North American Industrial Classification Code(NAICS) 334513 is applicable. This procurement shall be solicited on a Unrestricted basis. 1) The instrument shall be a platform with universal ports that can accommodate a variety of sensors, which can be used or reconfigured at any time by the end user in the field. Similarly, the EXO sensors shall have hermaphroditic wet-mateable connectors, allowing them to be plugged interchangeably into any sensor port. 2) The instrument shall be designed to withstand the harsh conditions of field use by using rugged materials, including Titanium, laser-welded probe housings to resist leaks; wet-mateable connectors that resist corrosion; impact-resistant and chemical-resistant Xenoy polymer reinforced housing; and sapphire glass on optical sensor windows. 3) The instrument shall be equipped with built-in Bluetooth wireless technology for cable-free communications when calibrating, communicating and downloading data. An internal magnetic switch and external activation key for wireless control of the Bluetooth radio shall be included. 4) The instrument shall be capable of having connectorized field-replaceable probes for the Dissolved Oxygen, Conductivity, Temperature, pH, ORP, Turbidity, and fDOM. These sensors shall be capable of being removed without opening the sonde or exposing the internal electronics to the environment. 5) The instrument shall provide low-power consumption for extended deployments and must be able to measure Temperature, and four (4) of the following: Conductivity/Depth, pH or pH/ORP, Turbidity, Chlorophyll/Blue-Green Total Algae, or Optical DO for duration of 90 days at a 15-minute sampling interval. This procurement will be awarded to the vendor that submits the lowest total quoted price including delivery that also meets all of the minimum requirements listed below. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, AGAR 452.204-70 Inquires; FAR 52.212 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support and price); FAR 52.214-4 Contract Terms and conditions-Commercial items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.22-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunitiy Employment; FAR 52.232-33 Payment by Electronic Funds Transfer for award management; and FAR 52.233-3 Protest for Award. Any firm that believes it can provide the above listed minumum requirements may submit substantiating documentation in writing to the identified point of contact below not later than COB January 2 7, 2014. The successful company must mandatorily be registered in the Central Contractor's Database (CCR) at the web site: www.sam.gov (SAM) and a contractor can call the SAM help desks at 1-866-606-8220. T he Online Representations and Certification (ORCA) are at the web site: http://orca.bpn.gov. Oral communications are not acceptable in response to this notice. The Point of Contact for this action is Mr. John Wilkinson and he may be reached at john.wilkinson@ars.usda.gov. Anticipated award date is January 28, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae42b959ad7e0c4fa7078a318582417a)
- Place of Performance
- Address: USDA, ARS, BARC, HRSL, 10300 Baltimore Ave., Building 007, Rm. 104, Barc-West, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03270420-W 20140119/140117234233-ae42b959ad7e0c4fa7078a318582417a (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 |