Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

66 -- Trace Gas Analyzer System

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-3-0019
 
Response Due
6/25/2003
 
Archive Date
7/10/2003
 
Point of Contact
Norma Cremeens, Procurement Assistance Officer, Phone 309-681-6618, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
cremeenn@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-3-0019 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13. The solicitation is 100% set-aside for small businesses. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, Agricultural Research Service, Midwest Area, Soil and Water Unit, St. Paul, MN, has a requirement/need for a Trace Gas Analyzer "Brand Name or Equal" to Campbell Scientific?s Model TGA100 Trace Gas Analyzer. Listed are the description of items and quantities required: CLIN No. 1 - Model TGA100, Trace Gas Analyzer (1 unit); CLIN No. 2 - Laser Dewar (1 unit); CLIN No. 3 - Laser Tunable for N20 (1 unit); CLIN No. 4 - Temperature Controller (1 unit); CLIN No. 5 - Gas Connector (1 unit); CLIN No. 6 - Evacuation Valve Operator (1 unit); CLIN No. 7 - Fiber Optic Interconnect Cable (1 Unit); CLIN No. 8 - Outdoor Fiber Optic (35 feet); CLIN No. 9 - Enclosure Insulated Cover (1 unit); CLIN No. 10 - Sample Pump (1 unit); CLIN No. 11 - Suction Hose (PVC) (50 feet); and CLIN No. 12 - Sample Air Dryer (1 unit). The analyzer will be used to measure nitrous oxide (N2O) emissions from agricultural fields. N2O is a potent greenhouse gas, nearly 300 times more effective than CO2 in absorbing infrared radiation and contributing to global warming. The mean atmospheric concentration is increasing rapidly, in large part due to denitrification of fertilizers applied by farmers. We are attempting to develop new farming practices that will help reduce global warming by storing CO2 and reducing N2O; to do that we need to measure the exchange of those gases between the surface and the atmosphere with considerable accuracy, and we need to do it under different management scenarios to compare their efficacy in reducing N2O emissions. THE SALIENT CHARACTERISTICS: the Trace Gas Analyzer System must meet or include these minimum requirements: (1) Must be a continuous flow-through system, with measurements made at a rate of at least 10 Hz. (2) Must be designed for field use, rather than laboratory use with weatherproof enclosure, capability of being set up in an agricultural field, and powered by a portable generator. (3) Must be Portable. It must be possible to move the system from one site to another, set it up, and restart measurements within a 2-3 hour period, without extensive realignments or adjustments. (4) Must have low power consumption of less than 800 W. (5) Resolution. In order to measure expected fluxes with acceptable accuracy, the instrument must be able to resolve a gradient in N2O (difference in concentration between two intakes) of 2 ppbv or better. (6) Proven performance. There must be proof (scientific manuscript or equivalent) that the instrument has been successfully used for measuring field-scale N2O fluxes. (7) Input/output flexibility. The instrument must be PC-compatible, but must also be capable of providing output signals to a datalogger and to control sampling valves. (8) Complete system - System must include all components necessary to make concentration measurements, including pump, dryer (if needed), cryogenic cooler (if needed), software, valves, relays, etc. Specific exceptions: calibration gases, sample line tubing, computer. (9) Must include Tunable Diode Laser Spectroscopy. (10) Must include installation and provide training on operation during instrument installation. 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 QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote) ; FAR 52.211-6, Brand Name or Equal; 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; and FAR 52.222-22 (Provide with Quote), 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 cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2002) 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; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price, and extended price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product quoted; and 4) Duns Number. Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far. DELIVERY TO: USDA-ARS, St. Paul, MN 55108. QUOTATION PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before August 15, 2003, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such 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.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Norma R. Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., June 25, 2003. Quotations may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6618 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, 454 Borlaug Hall, 1991 Upper Buford Circle, St. Paul, MN
Zip Code: 55108
Country: USA
 
Record
SN00344401-W 20030613/030611213140 (fbodaily.com)
 
Source
FedBizOpps.gov 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.