Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,2000 PSA#2667

USDA, Forest Service, North Central Forest Experiment Station, 1992 Folwell Avenue, St. Paul, MN 55108

66 -- CARBON DIOXIDE AND WATER VAPOR EDDY COVARIANCE MONITORING SYSTEM SOL NC-00-14 DUE 090600 POC Carol Hulstrom, Contract Specialist, 651-649-5201 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. Quotations are being requested and a written solicitation document will not be issued. This solicitation, #NC-00-14 is a Request for Quotation (RFQ) and simplified method of acquisition will be used for this procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The associated Standards Industrial Classification Code (SIC) for this procurement is 3829, and the small business size is 500 Employees. The North Central Research Station has a requirement for a Campbell Scientific, Inc. brand name or equal carbon dioxide and water vapor eddy covariance monitoring system. The system shall have the following Campbell Scientific, Inc. components or equivalent components: (1) Measurementand Control System (CR5000 datalogger) suitable for controlling eddy flux monitoring equipment and computing atmospheric turbulent fluxes simultaneously. System must have the following features: 20 differential/40 single-ended analog input channels, 16 bit resolution, measurement rates up to 5000 channels/second, four switched current excitation channels, two continuous analog outputs, two 16-bit pulse counters, dedicated SDM communications port, eight digital input/output terminals, channel expansion with AM25T multiplexer, keyboard and alphanumeric/graphical display, PCMCIA slot for additional data storage and data portability, nine-pin CS I/O port, nine-pin optically isolated RS-232 port (communication rate up to 115,200 bps), battery backed/temperature compensated/real-time clock, operating range of –25C to 50C. (2) CR5000 datalogger base without battery. (3) Weather-proof enclosure with dimensions 12” x 14”. (4) CSAT3 three-dimensional sonic anemometer. Sonic anemometer must have the following features: programmable instantaneous measurement rates from 1 to 60 Hz, instantaneous horizontal wind component measurement resolution of 1 mm/s rms, instantaneous vertical wind component measurement resolution of 0.5 mm/s rms, -30C to 50C operating range, measured horizontal wind speeds up to 30 m/s, measured vertical wind speeds up to 8 m/s, horizontal wind speed offset error < 4.0 cm/s, vertical wind speed offset error < 2.0 cm/s, digital SDM 33.3 k baud serial interface for datalogger/sensor communication, digital RS-232 baud rate of 9600/19200, 4 analog outputs, voltage range of 5 V, 10 to 16 volt DC power supply, current of 200 mA @60 Hz measurement rate or 100 mA @ 20 Hz measurement rate, sealed sonic transducers and electronics, stainless steel tubing anemometer head, cast aluminum electronics box. (5) Two tower aspirated shield mounts. (6) Instrument boom HRD Crossover x 1 in. NURAIL #30-A. (7) LICOR Model LI7500 Open Path CO2/H2O Analyzer. Analyzer must have the following features: software selectable 5, 10, or 20 Hz bandwidth, operating temperature range of –25C to 50C, RS-232 and SDM outputs (for Campbell Scientific dataloggers), power requirement of 10.5 to 16 volts DC, power consumption of 30 W during warm-up and 10 W in steady state, 3 meter IRGA cable between sensor head and electronics control box, programmable time delay for correlating data with other sensors, weatherproof electronic enclosure and sensor head. (8) UT018 Wind Sentry Bracket. (9) Instrument boom HRD Crossover x in. NURAIL #10. (10) Four Type E Fine Wire Thermocouples (0.0005” diameter). (11) Fine Wire Thermocouple Carrying Case capable of carrying 4 thermocouples. (12) Connector cable for fine wire thermocouples. (13) 35 feet of thermocouple wire (E 24 AWG TWSH OMEGA FF-E-24-TWSH). (14) Three-dimensional sonic anemometer thermocouple cover. (15) Vaisala Temperature/Relative Humidity Probe (HMP45C-L9). Temperature/relative humidity probe must have the following features: relative humidity measurement range of 0.8 to 100% non-condensing, relative humidity output signal range of 0.008 to 1 volt DC, field calibrated relative humidity accuracy of 2% (0-90% RH), field calibrated relative humidity accuracy of 3% (90-100% RH), current consumption ≤4 mA, temperature measurement range of –40C to 60C, temperature output signal range of 0.008 to 1 volt. (16) Six feet of Wire CA 24AWG 3TWST PR Santoprene Jacket. (17) Two ASY PCS Battery Terminal BUS. (18) 20-Watt Regulated Solar Panel with mounts. (19) 85 Megabyte Flash Memory Card. (20) Datalogger example software for controlling sensors and computing turbulent fluxes. Eddy flux monitoring system must be capable of operating in a forested environment in northern Wisconsin under highly variable atmospheric conditions. Purchase price must include vendor technical support via phone calls as needed. Delivery: 45 days After Receipt of Order (ARO). FOB Point: Destination, USDA-Forest Service, Forestry Sciences Laboratory, 5985 Highway K, Rhinelander, Wisconsin 54501. **Evaluation criteria are as follows: (a) Technical capability to meet or exceed the Government's specifications (offerors shall submit a quotation addressing all required specifications, and shall provide descriptive literature and (b) Price. Technical capability is significantly more important than price. The following Federal Acquisition Regulations (FAR) provisions and clauses shall apply: Provision 52.252-1, Solicitation Provisions Incorporated by reference, this solicitation incorporates one or more solicitation provisions by references with the same force and effect as if they were given in full text. The full text of a provision may be accessed electronically at http://www.arnet.gov/far. Provision 52.212-1, Instructions to Offerors-Commercial Items, with addenda 52.214-21, Descriptive Literature; and 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.252-2, Clauses Incorporated by Reference, this contact incorporates one or more clauses byreference, with the same force and effect as if they were given in full text. The full text of clauses may be accessed electronically at http://arnet.gov/far. Clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items, including 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disable Veterans and Veterans of the Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of Vietnam Era; (ii) 52.225-1, Buy American Act Balance of Payment Program supplies; and 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration. The Government intends to award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offeror's taking exception to it. All interested responsible firms should submit quotes and descriptive literature, by 3:00 PM, CST time, on 09/06/00 to the USDA-FOREST SERVICE, North Central Research Station, 1992 Folwell Avenue, St. Paul, Minnesota 55108. ATTN: Carol Hulstrom. Faxed quotes will NOT be accepted. Posted 08/16/00 (W-SN486788). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0315 20000818\66-0014.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 16, 2000 by Loren Data Corp. -- info@ld.com