Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
SOLICITATION NOTICE

66 -- Acoustic Doppler Velocimeter

Notice Date
8/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF41627386
 
Response Due
8/13/2014
 
Archive Date
10/5/2014
 
Point of Contact
Adrienne Bingham, 6016342702
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(adrienne.y.bingham@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. Competitive quotes are being requested under W81EWF41627386. This Request for Quote (RFQ) is a 100% set aside for small businesses. The associated North American Industry Classification System (NACIS) code for the procurement is 334511 and the Small Business size standard is 750 employees. The US Army Corps of Engineers, Engineer Research and Development Center has a requirement for twenty-one (21) Acoustic Doppler Velocimeters. BID SCHEDULE: Line Item 0001 - Twenty-one (21) Acoustic Doppler Velocimeters Qty 21 Unit Price: _______ Total Amount_______ Line Item 0002 - Shipping & Handling Total Amount_______ FOB Destination. Ship to Address: USACE -Engineer Research and Development Center, 3909 Halls Ferry Road, Vicksburg, MS, 39180-6199 SPECIFICATIONS: USACE - ERDC has specific instrument needs for the measurement of the volumetric flux in pipes. A total of 21 non-intrusive ultrasonic flow meters are needed that can work on pipes ranging from 2 to 100 inches. The sensors should be clamp-on and easy to move. The flow meter should be fully functional on PVC, Steel, Stainless Steel, or Iron pipes. These flow meters must be able to measure flow using both the Doppler or transit time method. The velocity range must be at least.25 to 30 fps with a sensitivity of.001 inch per second. The analog output should be 4 to 20 mA. Additionally, the flow meter should have an external communications capability via Ethernet so that it can be integrated with the existing local area network. The operating temperature range of the unit must be at a minimal of -10 to 60 degree Centigrade. Please furnish new equipment only. All equipment must be warranted and must be supportable by the manufacture. In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-73 (04/29/2014) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20140506, (05/06/2014). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 252.211-7003, Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications--Commercial Items NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Interested parties may submit quotes for consideration by the Government to adrienne.y.bingham@usace.army.mil not later than Wednesday, 13 August 20014 - 5:00 P.M., CST. Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF41627386/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03452605-W 20140808/140807022327-ab862e5378913b0e9a05d99ad0e9d473 (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.