Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

66 -- Telemetry for Edge of Field Monotoring Sites

Notice Date
5/15/2017
 
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 - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-5522-S-17AA03
 
Archive Date
6/14/2017
 
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
Total Small Business
 
Description
This notice is a combined synopsis/solicitation, Notice of Intent. The Administrative Office in East Lansing, MI, for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to Campbell Scientific, 815 West 1800 North, Logan, Utah 84321-1784. This is a sole-source procurement under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This requirement of the Soil Drainage Research Unit (SDRU), MWA, ARS, USDA at Columbus, OH is This contracting action is needed to supply telemetry to edge of field monitoring site throughout NW Ohio. The items needed are: 42 - Measurement & control dataloggers - NA No additional Coms, - ST -40 to +70C - SW Standard 3 yr warranty 20 - Sierra Wireless Airlink 4G Industrial LTE Cellular Gateway - NA North American Model 20 - CPI/RS-232 RJ45 to DB9 Male Cable, 1 ft 20 - 4G/3G/2G Cellular Dipole 0dBd Whip Antenna, Hinged w/SMA Connector 1 - MESA2 Handheld by Juniper Systems, config: Geo Cell Model Including - 1258 GB memory option - RS-232 9-pin D-sub - 12 VDC Vehicle Charger - Verizon 4G LTE modem - Built-in extended battery 1 - Datalogger Support Software D Download Only 1 - Geode GPS/GLONASS Sub-meter Receiver, 1Hz; also with GNSS Magnetic Mount Antenna, 10 ft cable, MCX connector The equipment is needed to supply two-way communication with Teledyne Isco samplers, bubblers, rain gauges and Area Velocity sensors via cell phone modem. The communication needs are to alert technicians of working status, remote trouble shooting, and re-setting sampling protocol to segregate events. Telemetry components that include datalogger, programming software, 4G cell modem, antenna, on-site interrogating device should meet the following criteria: a) Logger must be able to connect to at least 4 serial connections, one Modbus port, external power supply, one pulse count port, external modem, and adapt to external wifi network. b) System must include a ruggedized device for on-site interrogation, program manipulation along with sub-meter GPS capability for site location mapping. c) Logger and modem must have parity Verizon wireless service provider d) Programming software must have parity with existing datalogger programming language where 2-way communication with a Teledyne Isco equipment is possible along with system alerts and automatic downloads into Aquarius Software. e) Due to the proprietary nature of the instruments and their present use where similar research is conducted at over 27 locations, it is essential for water sample and data management logistics, equipment maintenance, and comparative analysis. Responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 14 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Campbell Scientific. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual a Action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Contracting Office, East Lansing, Michigan 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain hydfologic and water sampling equipment. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). (see 1st paragraph) 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is unique in that it can provide the equipment at this location that is paramount and justified in the study and data collection are to be successfully completed. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). As per the terms of this announcement as this is the first and (anticipated) only need for this specific combination of product and service. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). Because if the same equipment is not used that is currently being used for comparison, all of the current equipment would need to be replaced, that would not be cost effective. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the propietary nature of the instruments and their present use where similar research is conducted at over 27 locations, it is essential for ease of water sample and data management logistics, equipment maintenance and comparative analysis.. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. //s// Name:LuAnn Therrian Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48bc3160584b8adf9cb69aaae7020c9c)
 
Place of Performance
Address: ARS-USDA-SDRU, Rm 234, Ag Engineering Bldg., 590 Woody Hayes Dr., Columbus, Ohio, 43210, United States
Zip Code: 43210
 
Record
SN04508663-W 20170517/170515234845-48bc3160584b8adf9cb69aaae7020c9c (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.