Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2021 SAM #7182
MODIFICATION

66 -- Two Open-Path Infrared Gas Analyzers

Notice Date
7/29/2021 8:26:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0093
 
Response Due
8/9/2021 3:00:00 PM
 
Archive Date
08/24/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0093 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC code is 6630. The Department of Agriculture (ARS) has the need for the following products: 001) Two Open-Path Infrared Gas Analyzers Scope of Work: The USDA-ARS Soil and Water Management Research Unit in St. Paul, MN is seeking quotes for two open-path infrared gas analyzers. Background: When the LTAR network was established in 2015-2016, our Unit was the only site that already had a relevant experiment in place. We begun eddy covariance measurements a number of years before in both �business as usual� and �aspirational� systems, as well as in a restored prairie. However, that meant that some of our equipment was already quite old, and it has required costly repairs. We were able to replace two of the four gas analyzers with new, improved models a couple of years ago, but the infrared gas analyzers (IRGAs) in our other two measurement fields are nearly 20 years old, and they lack recent improvements. The most critical of those is a refinement (a low temperature setting) to correct a fundamental flaw in the original design that causes systematic errors in cold-season measurements. It is critical that we have the same analyzer in all four treatments to eliminate those cold season errors in two of the treatments. We are one of 18 sites in the USDA Long-term Agricultural Research network (LTAR). Each site is comparing the environmental impact and economic sustainability of �business as usual� agriculture for their region with that of an �aspirational� system. The primary comparison is of the water use and carbon balance of the two systems, conducted with continuous gas exchange measurements by eddy covariance in large (~40 acre) fields. Technical Requirements:� Require two open-path infrared gas analyzers that can measure fluctuations in CO2 and H2O concentration at frequencies of 20Hz or better.� Must be compatible with existing sonic anemometer, dataloggers and software. Thermostatic control of the internal circuitry must have separate settings for growing season and cold season. A critical requirement is consistency of equipment across our 4 eddy covariance towers.� This allows us to rotate analyzers among the towers to reduce experimental uncertainty and resolve small differences in CO2 and H2O fluxes with adequate statistical power. We already have replaced two of our older IRGAs within our LTAR site, so this purchase will provide the desired consistency. This also allows us to use the same software at all sites. Note: Quoted products should be USA Manufactured if at all possible. Data Rights:� Data produced by these sensors will be maintained by Dr. Baker and other scientists at the Soil and Water Management Research Unit in accordance with their data management plan and the data management plans of the LTAR network. Evaluation Factors: Lowest price, technically acceptable. The government intends to award a firm-fixed price award based on the lowest price technically acceptable quote. The lowest priced quote will be evaluated first; if not found acceptable, the next lowest priced quote will be evaluated, and so on until an acceptable quote is identified. The government will not review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For a vendor�s quoted products to be considered technically acceptable, they must meet all of the technical requirements identified in the solicitation/SOW. Key Deliverables:� Two (2) Open-Path Infrared Gas Analyzers Delivery Delivery: Delivery is to be made to USDA-ARS University of Minnesota, 1991 Upper Buford Circle, 439 Borlaug Hall, St. Paul, MN 55108 within 60 days after receipt of award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS St. Paul, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this request for quote. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to submitting a quote. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF 1449�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF 1449 to�aaron.dimeo@usda.gov by no later than�Monday, August 9, 2021 at 5:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�5:00 PM CST on Wednesday, August 4, 2021. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9f70204d7e0c431dbcc5ccc7a6496ecc/view)
 
Place of Performance
Address: Saint Paul, MN 55108, USA
Zip Code: 55108
Country: USA
 
Record
SN06077667-F 20210731/210729230122 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.