SOLICITATION NOTICE
66 -- Lidar Scanner
- Notice Date
- 6/4/2014
- 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 - Pacific West Area
- ZIP Code
- 00000
- Solicitation Number
- AG-81J8-S-14-00604
- Archive Date
- 7/3/2014
- Point of Contact
- Sheri Eiri, Phone: 520-316-6314
- E-Mail Address
-
sheri.eiri@ars.usda.gov
(sheri.eiri@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- •i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation no. AG-81J8-S-14-00604 is issued for a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) This procurement is 100% set-aside for small business. The NAICS code is 334513 and the small business size standard is 500 employees or less. (v) The USDA, ARS, Arid-Land Agricultural Research Center requires a Lidar Scanner t o support agricultural research project, as follows: Riegl VZ-400 Ground Based 3D Light Detection and Ranging Lidar Scanner Line Item 001-Quantity 1- Riegl VZ-400 Basic Configuration Package (3D Imaging Sensor VZ-400: High Resolution, High speed and Large Field of View 3D Laser Scanner including RISCAN PRO software and internal digital compass). Line Item 002-Quantity 1-Close-Range Photogrammetric Solution-Nikon D800 36 Mega Pixel Digital Camera. Line Item 003-Quantity 1-Rechargeable NIMH Battery -13.2V. Line Item 004-Quantity 1-License RiSCAN PRO Multi-Station Adjustment Module Cloud to Cloud Adjustment Tool. Line Item 005-Quantity 1-Reflective Target Pack (500) 50 mm adhesive targets and (10) 100 mm foam cylinders. Line Item 006-Quantity 1-Survey Grade Tripod for Scanner-Carbon Fiber. Line Item 007-Quantity 6-SNAP-LOCK Adjustable Rover ROD, 8' Tall. Line Item 008-Quantity 6-Raptor Tripod Assembly with Quick Button Release. Line Item 009-Quantity 1-Hard Sided Shipping Case for Rover Rods and Raptor Tripod. Line Item 010-Warranty. Line Item 011-Onsite Training. The scanner must have an internal digital compass and a maximum scan range of 600 m. The battery should be able to power the system for at least 6 hours at a time The scanner must include a calibrated, 36 megapixel Nikon Digital camera for creating photorealistic 3D models. The lidar scanner must allow for real time kinematic (RTK) survey integration and be compatible with a Trimble GPS system. The lidar system must include a complete set of hardware, adapters, targets, cases, rods, tripods, batteries, AC power adapter, software, and other components necessary to run the system. Contractor shall provide manufacturer warranty and on-site training in Tucson, Arizona for 6 staff. New Equipment ONLY; No remanufactured equipment. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (vii) On-site Training and Delivery to the USDA, ARS, Arid Land Agricultural Research Center, 2000 E. Allen Road, Tucson, AZ 85719. (viii) The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. (ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, with these additional FAR clauses cited in the clause applicable to the acquisition: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations ; 52.204-7, System for Award Management; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policies to Ban Text Messaging While Driving; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, Alt II; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. The full text of all clauses and provisions are available at www.acqnet.gov. All quotes must include contractor DUNS# and must have an active registration in SAM.GOV. (xi) The offers are due 18 June 2014, 6:00 am PST, to sheri.eiri@ars.usda.gov (xvi) Contact Sheri Eiri, 520-316-6314, sheri.eiri@ars.usda.gov for information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a746ae3e33feaabeede3719bd21c438d)
- Place of Performance
- Address: 2000 E. Allen Road, Tucson, Arizona, 85719, United States
- Zip Code: 85719
- Zip Code: 85719
- Record
- SN03385741-W 20140606/140604235504-a746ae3e33feaabeede3719bd21c438d (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 |