SOLICITATION NOTICE
66 -- Battery Operated Portable Photosynthesis System
- Notice Date
- 3/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 678996
- Archive Date
- 4/10/2014
- 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 678996 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) 334516 is applicable.SIC code is 3826. The Small Business size standard is 500 employees. This procurement shall be solicited on a Unrestricted basis. U.S Department of Agriculture, Agriculture Research Service in Beltsville, Maryland requires a "Battery Operated Portable Photosynthesis System" with the following minimum requirements: •1. Key Critical minimum requirements are as follows: Shall provide Leaf temperature control from 10 degree celcious to 15 degrees celcious above ambient air termperature, and CO2 and H20 analysis by non-dispersive infrared analysis. •2. Total weight, including console and leaf chamber, shall be less than 5.5 kg. •3. Shall provide Battery life of six hours of continuous operation. •4. Shall provide unlimited data storage. •5. Shall provide Programmable light supply to the leaf chamber to a maximum of 2500 micromoles per m2 per second. •6. Shall provide programmable control of C02, light, temperature and humidity in the leaf chamber. •7. Shall provide multiple windows in the leaf chamber, with openings from 1.75 cm to 4.5 cm2. •8. Shall provide infrared measurement of leaf temperature. The Contractor shall provide all items F.O.B. destination. Location of the Government site is as follows: Building 001, Room. 342, Barc-West, 10300 Ave. Beltsville, Maryland 20705. This address and point of contact will be identified in the contract. The Government anticipates award of a Firm-Fixed Price contract. This procurement will be awarded to the vendor that quotes the lowest total price including delivery that meets all of the above minimum requirements. 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 March 22, 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 March 23, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/542e7f3400e75dd1f062ed9914dcf751)
- Place of Performance
- Address: 10300 Baltimore Ave., Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03303166-W 20140307/140305234912-542e7f3400e75dd1f062ed9914dcf751 (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 |