Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SOLICITATION NOTICE

66 -- TDR SOIL WATER MEASUREMENT SYSTEMS, COMPONENTS AND ACCESSORIES

Notice Date
7/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
RFQ16-3615-03
 
Response Due
7/22/2003
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov
 
Description
The USDA, Agricultural Research Service (ARS), requires the Contractor to furnish and deliver two (2) Time Domain Reflectometry (TDR) Systems and Components, F.O.B. Destination, to the USDA, ARS, NAA, New England, Plant, Soil and Water Lab (USPSNL), located at the University of Maine, in Orono, Maine, in accordance with the terms, conditions, and specifications contained in this document. Prices are being requested and a written solicitation has been issued. The Solicitation number 16-3615-03 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. This procurement is unrestricted. The NAICS is 334516 with a size standard of 500 employees. This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.eps.gov. NOTE: Contractors are required to register in writing with the Contracting Office to receive the diagram identified in the specifications. This request must include the solicitation number and title, Contractor's Name, Contact Person, Address, Telephone and Facsimile numbers. Only this request may be faxed to (215) 233-6558. It is the offeror's responsibility to monitor the site for release of the solicitation and for downloading their own copy of the solicitation and amendments (if any) and any other related documents. SCHEDULE OF ITEMS - The Contractor shall furnish and deliver two (2) TDR Soil Water Measurement Systems and Components in accordance with the terms, conditions, and specifications contained in this document. ITEM: 01 - Time Domain Reflectometry (TDR) Soil Moisture Measuring System and Components; QTY: 2; UNIT: EA; UNIT PRICE: $_______; AMOUNT: $____. NOTE: The Contractor shall include the freight cost in the price of the line item in accordance with the F.O.B. Destination clause. All equipment and components shall be fabricated with new materials in accordance with FAR 52.211-5. Used materials are unacceptable. ALL THIS FOR A LUMP SUM OF:$________. BRAND NAME INFORMATION AND LITERATURE - Offerors are required to identify the brand and type of equipment offered and provide the descriptive literature even if literature has been submitted previously. Failure to submit this literature will render the bid nonresponsive and ineligible for contract award. Offerors must identify the brand and type of equipment being offered in the space below: ITEM DESCRIPTION:____; BRAND NAME:___ ; MAKE/MODEL:___; ITEM DESCRIPTION: HAND HELD COMPUTER; BRAND NAME:___; MAKE/MODEL: ____. If necessary continue on a separate sheet. GENERAL SPECIFICATIONS - The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor, equipment, materials, tools, and supervision to furnish and deliver two (2) Time Domain Reflectometry (TDR) Systems and Components, F.O.B. Destination, to the USDA, ARS, NAA, New England, Plant, Soil and Water Lab, located at the University of Maine, in Orono, Maine, in accordance with the terms, conditions, and specifications contained in this document. This equipment will be used for soil and water measurements at field research sites in Newport, Maine. TECHNICAL SPECIFICATIONS - FOR EACH SYSTEM - 1. Time Domain Reflectometry (TDR) Soil Moisture Measuring System with waveform capture and analysis to calculate soil and water content. 2. Multiplexed to measure 48 locations as indicated in the attached diagram with 30 cm waveguide probes. (SEE Section A.14) 3. The diagram indicates the location of six banks of eight probes with each probe buried to a depth of 0-2 feet. The TDR unit and data logger are centrally located between two plots. Cabling is to be provided to remote multiplexers (one for each bank of probes) at lengths commensurate with those in the diagram. 4. Each multiplexer is to be provided with its own weather tight enclosure (NEMA Code 4X) for electronics with a 6 foot tripod stand with associated mounts for solar cells and TDR enclosure. The TDR system and components must be in compliance with NEMA Code 4X, as appropriate. 5. Solar charging power supply with the appropriate number of solar panels for the unit size. 6. 12AH sealed rechargeable battery with mounting. 7. Measurement and control module with wiring panel. 8. 2M additional memory. 9. Optically isolated RS-232 interface. 10. Automatic data logging capability and capability to download data to a handheld computer. 11. Each system includes all necessary components, cables, wiring harnesses, tools, spare parts and other commonly needed connectors and parts, as necessary, for a fully functional unit. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, 1194.25 and 1194.26 applies to each system. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g schedule attachment, vendor?s website or other readily available location (specify). DELIVERABLES - The Contractor shall furnish and deliver (F.O.B. Destination) one (1) Unit within fifteen (15) days after notice of award and one (1) unit within thirty (30) days after notice of award and will be sent electronically. Also see Section A.8. Deliveries shall be made to the USDA, ARS, NAA, New England Plant, Soil and Water Lab, University of Maine, Orono, Maine between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays. Include the PO #_____ on all shipments. FAR CLAUSE 52.211-8 TIME OF DELIVERY (JUN 1997) - (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE: ITEM NO. 01 - QUANTITY 01 - WITHIN 15 DAYS AFTER NOTICE OF CONTRACT AWARD. ITEM NO. 01 - QUANTITY 01 - WITHIN 30 DAYS AFTER NOTICE OF CONTRACT AWARD. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: ITEM NO. 01 - QUANTITY: 01 - WITHIN ___ DAYS AFTER NOTICE OF CONTRACT AWARD. ITEM NO. 01 - QUANTITY: 01 - WITHIN ____ DAYS AFTER NOTICE OF CONTRACT AWARD. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding: (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the materials and equipment. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination clause. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (COTR) at the time of contract award. The COTR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the COTR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the COTR requests efforts outside the scope of the purchase order, the Contractor should so advise the COTR. If the COTR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. INSTALLATION AND SET-UP - The Government will set-up and install each system. However, set-up should be limited to installing major system components and burying probes. The Contractor shall be responsible for performing any other installation requirements to ensure each system is fully functional for it's intended purpose. TRAINING - The Contractor shall provide call center phone support for questions regarding installation and operation. DOCUMENTATION - The Contractor shall provide upon delivery the following: 1) One (1) set of the operations, repair and maintenance manuals, service instructions, and software operating instructions for each system. 2) Software upgrades shall be provided to the COTR within five (5) workdays after issuance. All documentation shall include the P.O. number. Final payment shall not be made unless and until the software and manuals are received and the item is accepted by the COTR. WARRANTY - The Contractor shall provide a one-year, parts and labor warranty on the system (included in the price.) The period of the warranty shall begin upon acceptance. The Contractor shall provide a copy of the warranty for each item with their offer. ADDITIONAL QUOTATION INFORMATION:This solicitation and any other 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 the solicitation, any related documents, and amendments (if any). Potential offeror's are required to provide the following mandatory information to establish a bidder's mailing list and receive a copy of the diagram identified in section C.1: Company name, street address, telephone, fax and contact name. The request to get on the bidder's mailing list must be faxed to the Contracting Officer at (215) 233-6558 and reference Solicitation No. RFQ 16-3615-03. REQUESTS FOR THE RFQ SENT BY E-MAIL ARE NOT ACCEPTABLE. QUOTATIONS SENT BY E-MAIL OR FACSIMILE ARE NOT ACCEPTABLE. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1 - 1. Item (b), Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), descriptive literature, warranty information, and the Certifications at FAR 52.212-3 to Lisa M. Botella, USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Also see Section D.6. 2. Item (c), Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. This date may be extended further if funding is not available this fiscal year. In addition, the following FAR clauses are included by reference and are applicable to this acquisition: 52.227-19, COMMERCIAL COMPUTER SOFTWARE - RESTRICTED RIGHTS; 52.232-18, AVAILABILITY OF FUNDS; 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2 - 1. Deletes item D.3(b); 2. EVALUATION FACTORS FOR AWARD - Each offeror is required to furnish a written statement, descriptive literature, or other documentation, manufacturer or brand name of the item, and show how the offered item and/or product meets each of the requirements specified in Section A of the Solicitation. Listed below are all the factors that will be considered: (i) Technical Capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past performance will be scored on a "Pass/Fail" basis. See FAR 15.304. Technical and past performance, when combined, are equal to price. Technical capability, past performance and price. Failure to provide the information relative to each evaluation factor may render your offer non-responsive. 1. TECHNICAL CAPABILITY OF THE FIRM - Technical capability will be based on manufacturer or brand name and model of the items and product literature (See Section A.3); Technical Specifications (A.5); Section 508 Compliancy Information (See Section A.6); and Warranty provisions (See Section A.14). Each Offeror is required to submit the above documentation and show how the offered product meets or exceed the requirements as specified in Section A. 2. PAST PERFORMANCE - Past performance history may be based on the Contracting Officer's knowledge of any previous history of this type of work, customer surveys or any other verifiable information available to the Contracting Officer. In order to be considered for a contract award, Contractors shall provide a list of three (3) contracts of a same nature and complexity that the were awarded within the past three (3) years or that is/are currently in force. This information must be submitted with your offer. For each contract, list the following: 1. Name, address, and telephone number of the contracting organization, the Government's Project Officer and Contracting Officer. 2. Contract number, type, and dollar value. 3. Item (description) purchased. 4. Date of contract, period of performance and price. 5. List any contract(s) terminated for convenience or default (partial or complete) within the past three (3) years. Include the contract number, name, address, and telephone number of the terminating officer. 3. PRICE - Price includes all labor, equipment, materials, warranty, transportation, shipping, installation (if any), training, and any discount terms. SEE SECTION D.5. 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997) ALTERNATE IV (OCT 1997) - (a) Submission of cost or pricing data is not required. (b) Provide information described below: 1. For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities. 2. For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market. 3. The offeror grants the Contracting Officer or an authorized representative that right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror?s determination of the prices to be offered in the catalog or marketplace. PREPARATION OF OFFER - The Offeror shall complete the following prior to submitting and return this information with the offer to the USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038: 1. Standard Form 1449-Page 1: Blocks 12 and 17a; Page 2: Block 17b; Page 3: Blocks 30a, b and c; Page 4: Insert your price(s) in A.2. 2. Complete Page 7: Item A.8 Time for Delivery. 3. Acknowledgment of amendments (if any). 4. Provide information required in Section D.2 through D.6. 5. Complete Page 34-43: Representations, Certifications and Other Statements of Offerors, (D.7). 6. Provide a copy of the available Service Agreements and pricing, and any optional equipment components, product literature and pricing. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with the quotation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. ADDENDA TO FAR Clause 52.212-4 is revised to include the following clauses by reference: 1. Item a: AGAR 452.246-70, Inspection and Acceptance shall be made at: i) Destination. 2. Item (g), Invoice - An original invoice shall be submitted to the Contracting Officer after acceptance of each system. 3. Item (o), Warranty is amended as shown in Section A.14. 4. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of these clauses, incorporated by reference, may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Provisions and Clauses can be located at http://www.usda.gov/procurement/policy/agar.html. 52.204-4, PRINTING/COPYING DOUBLE SIDED ON RECYCLED PAPER; 52.211-5, MATERIAL REQUIREMENTS; 52.214-21, DESCRIPTIVE LITERATURE; 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 52.215-10, PRICE REDUCTION FOR DEFECTIVE COST AND PRICING DATA; 52.215-11, PRICE REDUCTION FOR DEFECTIVE COST AND PRICING DATA - MODIFICATIONS; 52.215-12, SUBCONTRACTOR COST OR PRICING DATA; 52.215-13, SUBCONTRACTOR COST OR PRICING DATA - MODIFICATIONS; 52.215-21, REQUIREMENT FOR COST AND PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA MODIFICATIONS; 52.225-8, DUTY FREE ENTRY; 52.227-19, COMMERCIAL COMPUTER SOFTWARE-RESTRICTED RIGHTS; 52.228-5, INSURANCE-WORK ON A GOVERNMENT INSTALLATION; 52.232-18, AVAILABILITY OF FUNDS; 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR; 52.242-17, GOVERNMENT DELAY OF WORK; 52.247-34, F.O.B. DESTINATION; 452.204-70, INQUIRIES. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS - NO. 01; ITEM Diagram of proposed equipment layout; PAGE 1. SEE SECTION A.15 FOR ADDITIONAL INFORMATION. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt. 1); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 (ALT I), Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration - Call USDA, NFC at (504) 255-4647 to register; 52-232-36, Payment by Third Party; and 52.247-64, Preference For Privately Owned U.S.-Flag Commercial Vessels. Responses are due on July 22, 2003 by 4:00 p.m. local time, to the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/ARS/NAAO/RFQ16-3615-03/listing.html)
 
Place of Performance
Address: USDA, ARS, NAA, New England Plant, Soil and Water Lab, University of Maine, Orono, Maine
Zip Code: 04469
Country: USA
 
Record
SN00369211-F 20030712/030710221733 (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.