Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
MODIFICATION

66 -- Cell Modems and Interface Equipment

Notice Date
7/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-5522-C-15-AA03
 
Archive Date
8/8/2015
 
Point of Contact
LuAnn K. Therrian, Phone: 517-337-6825
 
E-Mail Address
luann.therrian@ars.usda.gov
(luann.therrian@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 FAR 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 issued. Solicitation No. AG5522C15AA05 is being issued as a Request for Quotes RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. The NAICS code applicable to this acquisition is 334516 with a small business size standard in number of employees of 500. The USDA, ARS, MWA, SDRU, Columbus, OH has a requirement/need to purchase 15 cell modems and interface equipment. THE SALIENT CHARACTERISTICS ARE: The equipment will be used to provide cell phone access to monitor and control sensing and sampling equipment at 10 (or more) non-adjacent research sites up to 150 miles distant. The equipment must be adaptable to Teledyne ISCO 6712 sampler and be capable to over-ride control of the sampler arm normally controlled by Teledyne ISCO 4230 bubbler programming. Equipment must be able to be configured to interface with multiple sensor types such pressure transducers, tip switches, and video recorders for water depth, rainfall and remote view monitoring and recording of field runoff events. Integrated and/or nonintegrated components and requirements include: CDMA Cell phone modem Modem antenna ISCO 6712 adaptable cabling & mounting 12VDC Logger Controller includes RS-232, 10/100 Ethernet RJ45, and hard wire ports to accommodate at least one pulse counter, and at least 4 analog inputs Teledyne ISCO programming language compatible Ability to send and receive data DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Provide with Quote; FAR 52.214-21, Descriptive Literature All Offerors must be registered in the System for Award Management Database in order to receive an award., Provide with Quote; System for Award Management registration. The website address for registration is; http://www.sam.gov ; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses sited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor E.O. 11755; FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 31 U.S.C. 3332; 52.232-36, Payment by Third Party 31 U.S.C.3727 and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1. a Quote on company letterhead detailing the item description, and unit price per item and total price; 2. descriptive literature, brochures, information on service and support; and 3. Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERICAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS-MWA-SDRU, RM 234, AG Engineering Bldg, 590 Woody Hayes Dr., Columbus, OH 43210. QUOTE PRICE MUST INCLUDE: any freight or shipping, as well as any applicable duties, brokerage, or customs fees. FAR 52.212-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are i technical capability of the item offered to meet the Government requirement including delivery date and ii price, based on F.O.B. Destination, technical performance is more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: 1.Technical Evaluation Factors: A. All quotes will be rated against the salient characteristics and minimum requirements. B. Delivery C. Training D. Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such a warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty -if applicable- with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www/fbo/gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish quotes to LuAnn Therrian, Contracting Officer, at luann.therrian@ars.usda.gov no later than July 24, 2015 @ 11:59PM Eastern. Additional information may be obtained by contacting the Contracting Officer at 517- 337-6826.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bcc715e3cad2c46987742bebe35b5fe)
 
Place of Performance
Address: ARS/USDA/MWA/SDRU, Rm 234, AG Engineering Bldg, 590 Woody Hayes Dr., Columbus, Ohio, 43210, United States
Zip Code: 43210
 
Record
SN03797951-W 20150717/150715235652-3bcc715e3cad2c46987742bebe35b5fe (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.