SPECIAL NOTICE
66 -- Notice of Intent to Sole Source to LI-COR, Inc. - Notice of Intent to Sole Source to LI-COR, Inc.
- Notice Date
- 9/11/2017
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Plains Area
- ZIP Code
- 00000
- Solicitation Number
- AG-8KAP-P-17-0068
- Archive Date
- 9/15/2017
- Point of Contact
- Shannon A Boyd,
- E-Mail Address
-
shannon.boyd@ars.usda.gov
(shannon.boyd@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source in PDF format The USDA, ARS, WBSC intends to award a sole source Firm Fixed Purchase Order (PO) to LI-COR, INC, 4647 Superior St, Lincoln, NE, 68504-1357 This order is to purchase an EDDY-COVARIANCE TOWER & ASSOCIATED COMPONENTS & WARRANTIES compatible & identical with USDA existing owned equipment and that of their Collaborators in support of the ongoing research at USDA, ARS, CPGRS, AKRON, CO. The Firm Fixed PO will include the following: 1) One (1) LI-7700 Open Path CH4 Gas Analyzer 2) One (1) LI-7900EF EddyFlux System which includes the LI-7500DS, Gill WindMaster, and SmartFlux 3 System 3) One (1) 7900-210 40 Watt Solar Package, 3.0+ Sun Hours Sunwize solar package. That will provide 40 Watts continuous power in locations with at least 3.0 minimum incoming sun hours. 4) One (1) 7900-300 Tripod Corrosion resistant aluminum tripod designed for long term field deployment of scientific instruments. Adjustable measurement height from 2-4 meters. Adjustable legs for use on uneven terrain. Designed to withstand severe weather, including wind gusts of up to 160 kph with a full load of instrumentation. Including: tripod assembly, cross arm and cross arm mounting hardware, guy kit, grounding kit, and instruction manual. 5) Two (2) 7900-820 Eddy Covariance Training Course A hands-on, three day course at LI-COR facility in Lincoln, NE. The training must cover topics such as how to set up a flux tower, how to install instruments using commonly-accepted best practices, how to maintain, calibrate, and troubleshoot instrumentation, how to process raw data sets and apply appropriate corrections for site-specific parameters and assess data quality. 6) One (1) 7900-050 Eddy Covariance Systems Enclosure 7) One (1) 7900-730 Network Switch and Hardware For biomet systems with no remote access system 8) One (1) 7900-232 Prewired Conduit, 20 meter Power Supply Wire, 20 m (65.6 feet), 10 AWG (5.26 mm2) copper wire in ½ inch flexible aluminum conduit. 9) One (1) 7900-320 Analyzer and Sonic Mount LI-7500DS analyzer mount for Gill WindMaster, WindMaster Pro, or R3-50. 10) One (1) 7900-415-5 7900-415-5 Gill WM/WMP Power/RS-485 Cable, 5-meter Gill WM/WMP Power/RS-485 Cable, 5 m 11) One (1) 591-15617 TDK-Lambda DC/DC Converter 60W 12V 5A DC/DC/DIN Rail 12) One (1) 7900-235 7900-235 Power Distribution Kit Power Distribution Kit 13) One (1) 392-13977 8-pin Male to RJ45 Ethernet Cable (5 m) 14) One (1) 9975-030 Cable, Power 15) Two (2) 7900-342 Crossover Fitting 16) One (1) 7700-785 LI-7700 Three-Year Warranty + Three-Year total warranty on the LI-7700. + 15% off consumables, spare parts, or any other components that are included in the manufacture of the instrument during the three-year period. 17) One (1) 7500DS-785 Extended warranty for the LI-7500DS. USDA, ARS, CPGRS, AKRON, CO, will be purchasing an Eddy-Covariance Tower & associated components that are compatible & identical with their USDA existing owned equipment and that of their Collaborators in support of their ongoing research. CGPRS's ongoing research involves the Eddy Covariance method that is used to understand air turbulence fluxes (similar to river currents and eddies). Understanding these fluxes is important to understanding how particles are transported in the landscape. The particles can be water vapor, dust or pathogen spores. Therefore, using the same types of sensors, equipment & associated components as collaborative locations, not only insures data compatibility, conciseness, validity, and repeatability, but also maintains continuity in their research results. Pursuant to the authority of 41 U.S.C. 253(c)(1) and FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The award date will be on or about September 14, 2017; and this Notice of Intent is not considered as a Request for Quotation (RFQ) nor is it a Request for Proposals (RFP). No solicitation document is available and telephone requests will not be honored. Interested persons may identify their interest and capability to respond to this requirement via e-mail. A determination, by the Government, to compete this proposed PO based on responses to this notice is solely within the discretion of the Government. The Government will consider all responses received by 1500 Mountain Time, September 14, 2017. Information received will be considered solely for determining whether to conduct a competitive procurement. Inquiries will only be accepted via email to the Primary Point of Contact: Shannon.Boyd@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/049907bc4883775ad5a597be9c8e0207)
- Place of Performance
- Address: USDA, ARS, GGPRS, 40335 Co. Rd. GG, Akron, CO 80720, United States
- Zip Code: 80720
- Zip Code: 80720
- Record
- SN04672035-W 20170913/170911232917-049907bc4883775ad5a597be9c8e0207 (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 |