Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
SOLICITATION NOTICE

66 -- Droplet Size & Velocity Analyzer

Notice Date
6/23/2003
 
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
5114-3-0024
 
Response Due
7/8/2003
 
Archive Date
7/23/2003
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation No. 5114-3-0024 is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. 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, Agriculture Engineering, Wooster, OH has a requirement/need for a Droplet Size and Velocity Analyzer, "Brand Name or Equal" to LaVision?s Spray Diagnostic System. This instrument will be used in ATRU greenhouse fungicide efficacy trials to characterize droplet size, measure droplet velocity, and analyze atomization of several different types of greenhouse sprayers. This information will aid in assessing differences between application devices and for providing stakeholders and manufacturers with information that will help provide equipment recommendations. Portability is important because the equipment will be used in laboratory settings as well as taken to on-farm research sites to enable evaluation of equipment that is made available for use in experiments by stakeholder collaborators. The images and data recorded by this equipment will assist pesticide spray operators in making necessary adjustments in operating parameters and nozzle set up. This equipment will also aid in the evaluation of new nozzle designs for treating of greenhouse and field-grown crops with the goal of improving canopy spray penetration, reducing off-target spray movement, and improving operator safety. The imaging capabilities of this equipment will be used to study not only the atomization process but also droplet rebound and retention of target plant surfaces which aid in the evaluation of the impact of spray delivery and spray formulation physical properties on the fate of spray in the environment. MINIMUM SPECIFICATIONS: The hardware and software of the droplet size and velocity analyzer must include the following items: (1) Camera: at least 1000x1000 pixel resolution with minimum 10 frames/sec speed digital output. High speed digital camera interface must be included. (2) Camera accessories: lens, lens filters, mount, tripod and adaptor, adjustable light sheet optics. (3) Camera lens adaptor must have angle adjustability. (4) Programmable timing kit for sizing system. (5) Calibration kits. (6) Timing system for size and velocity measurement. (7) YAG two-pulse laser that is equivalent to New wave Solo PIV III 15 model. (8) Laser diffuser. (9) System computer: 2 processors with at least 2 Ghz, 1GB RAM, 60 GB hard disk, RW/CD ROM, 1.44 MB floppy drive, 15-19 inch monitor, Windows 2000. (10) PIV and laser calibration kits. (11) 2D and 3D velocity software packages. (12) Sizing software package. (13) Spray image capture and analysis software package. (14) At least one-year warranty for all hardware and software. THE SALIENT CHARACTERISTICS: the droplet size & velocity analyzer must meet or include these minimum requirements: (1) The instrument must be able to measure spherical and irregularly-shaped water and oil droplet size from 1 to 2000 um. (2) Must measure droplet velocity up to 100 m/s in 3-D. (3) Must be able to capture and store images of spray sheet breakup process. (4) Must be able to visualize droplet breakup, rebound and retention on leaf surfaces. (5) This equipment must be installed and set-up by a qualified representative. (6) Training must be provided including annual or semi-annual follow-up by the appropriate manufacturer?s representative. (7) A technical demonstration of the instrument will be required to prove that it can meet the needs of the research. 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 PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. FAR 52.252-1 Solicitation Provisions Incorporated by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide in RFP); 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 in RFP); FAR 52.214-21, Descriptive Literature; and FAR 52.222-22 (Provide in RFP), 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 (June 2003) are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 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 RFP: In order to be considered for award Offerors shall provide 1) a proposal on company letterhead detailing the item description, quantity, unit price, and extended price; 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 proposed; 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, Ag. Eng., 1680 Madison Avenue, Wooster, OH 44691. PROPOSAL PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery by September 1, 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. Company must be able to prove that the instrument proposed can meet the technical needs of the researcher; (ii) past performance; and (iii) price (based on F.O.B. Destination), where 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 proposals to Norma Cremeens, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., July 8, 2003. Proposals 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, Ag. Eng., 1680 Madison Avenue, Wooster, OH
Zip Code: 44691
Country: USA
 
Record
SN00354308-W 20030625/030623213308 (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  © 1994-2020, Loren Data Corp.