SOLICITATION NOTICE
66 -- Portable Photosynthesis System
- Notice Date
- 3/28/2014
- 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
- R-676177-32SC-14
- Archive Date
- 4/27/2014
- Point of Contact
- Patricia L Jones, Phone: 706-546-3533, Brian Brown, Phone: 979-260-9345
- E-Mail Address
-
pat.jones@ars.usda.gov, brian.brown@ars.usda.gov
(pat.jones@ars.usda.gov, brian.brown@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- PORTABLE PHOTOSYNTHESIS SYSTEM 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: R-676177-32SC-14 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 an unrestricted basis. U.S Department of Agriculture, Agriculture Research Service in Beltsville, Maryland requires a "Battery Operated Portable Photosynthesis System." See attachment for Photosynthesis System Requirement (Specification) Below: Photosynthesis System Requirements: We require a portable acquisition and control system capable of controlling CO2, temperature and H2O both automatically or manually and performing automatic or manual measurements of photosynthetic gas exchange primarily in the field. General Specifications: 1. Internal data storage, built-in standard communications interface for connection to computer and downloading data. 2. Measurement range for CO2 from 0 to 10000 µmol mol-1 and H2O vapor pressure range from 0 to 75 mb. 3. Automatic control of CO2 concentration ranging from 0 to 2000 µmol mol-1 and H2O vapor control ranging from 0 to dewpoint. 4. An auto-zero function that minimizes effects on span (gas sensitivity) of sample, source aging, changes in detector sensitivity and changes in pre-amplifier gain,.and is self calibrating for CO2 including calibration verification capability, especially for field use. 5. A differential analyzer having 4 independent,non-dispersive gas analyzers for accurate, simultaneous measurement and control of both CO2 and H2O. 6. Temperature control range of ~ 10 oC below ambient to 15 oC above ambient with temperature control limits of 0-45 oC. 7. Built-in setup and control software for measured and calculated photosynthesis parameters such as A/Ci curves, light- and temperature-response curves. 8. Instrument training is provided. 9. Includes packing, shipping and delivery FOB: USDA-ARS Hydrology and Remote Sensing Lab 10300 Baltimore Ave. BARC-West, Bldg 007 Beltsville, MD 20705 Additional Field Specifications: System should be capable of rapid, simple CO2 and H2O exchange measurements on many plants in the field over periods of up to 6 hours. Console should be light-weight (~5 kg) to minimize fatigue from maneuvering the system around the field. The Contractor shall provide all items F.O.B. destination. Location of the Government site is as follows: USDA-ARS Hydrology and Remote Sensing Lab, 10200 Baltimore Avenue, BARC-West, Bldg 007, 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 April 12, 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. The 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 Ms. Patricia Jones and she may be reached at pat.jones@ars.usda.gov. Anticipated award date is April 14, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/74bbbfe41662c40b8449f0161d8df2bb)
- Place of Performance
- Address: 10300 Baltimore Ave., Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03323237-W 20140330/140328234351-74bbbfe41662c40b8449f0161d8df2bb (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 |