Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SOLICITATION NOTICE

66 -- Mobile Covariance Flux Tower System

Notice Date
8/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Forest Service, North Central Research Station, 1992 Folwell Avenue - Acquisition Management, St. Paul, MN, 55108
 
ZIP Code
55108
 
Solicitation Number
14044
 
Response Due
8/30/2005
 
Archive Date
9/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/. This requirement consists of aComponents for Mobile Eddy Flux Tower System. Deliverables and acceptance of deliverables will be FOB destination, at USDA Forest Service, North Central Research Station, 1831 HWY 169 East, Grand Rapids, MN, 55744. Each quote at a minimum must meet the technical specifications as follows in order to be technically acceptable: 1. Data logger: Integrated data acquisition system with a built-in keyboard, graphics display, and PCMCIA card slot. Contains 16-bit resolution with a maximum throughput of 5000 measurements per second. Table-based data storage. On-board, BASIC-like programming language. 128 kBytes RAM reserved for program space. 2 M static RAM; expandable with PC cards. Specifications: Analog inputs: 40 single-ended or 20 differential, individually configured. Pulse counters: 2. Switched voltage excitations: 4. Switched current excitations: 4. Switched 12 Volt: 2. Control/digital ports: 8. Continuous Analog Outputs: 2. SDI-12 port: 1. Scan rate: 1667 Hz. Serial I/O port: 1. RS-232 port: 1. Memory PC Card: Types I, II, III. Analog volt. resolution: to 0.33 uV. A/D bits: 16. Include datalogger support software. 2. Weather resistant enclosure. 3. 128W regulated solar panel. 11 feet of cable 4. Three-dimensional sonic anemometer: Measures turbulent fluctuations of horizontal and vertical wind. Measures wind speed and the speed of sound on three nonorthogonal axes in order to compute orthogonal wind speed and sonic temperature. Provides upper and lower transducers that are separated by a vertical distance of 10 cm and are oriented 60 degrees from horizontal. Operating temperature: -30? to +50?C. Include 25 feet of cable. 5. Open-path CO2/H2O analyzer: Absolute, open-path, non-dispersive infrared gas analyzer with a thermo-electrically cooled lead selenide detector that accurately measures in situ densities of carbon dioxide and water vapor in turbulent air structures. Used in conjunction with a three-dimensional sonic anemometer to determine CO2 and H2O fluxes. Operating Temperature Range: -25? to 50?C. 6 m cables. 6. Air temperature and relative humidity: temperature probe operating range -40 to +60?C, realtive humidity (RH) probe accuracy to ? 2% over 10-90% RH; ? 3% over 90-100%RH, 120 feet of cable, plus radiation shield for exposure to sunlight. 7. Averaging soil thermocouple probe: Determine soil temperature using four thermocouple junctions. Each probe averages 2 point temperature measurements of the top 6-8 cm of soil at each of two locations separated by up to 1 m (i.e., 2 junctions @ two depths). Type E thermocouple (chromel-constantan) probe. 2 x 2 thermocouple configuration (4 junctions total). Used in conjunction with soil heat flux plates. Two soil thermocouple probes will be necessary. Include 100 feet (total) of cable, 2 ? 50 foot sections. 8. Water content reflectometer (soil moisture): Measures volumetric water content (VMC) using time-domain reflectometry methods. Designed for long-term unattended water content monitoring. Accuracy ?2.5% VWC using standard calibration in measurement range 0% VWC to 50% VWC. Precision: 0.05% VWC. Resolution better than 0.1% VWC and measurement time is <500 microseconds. Two water content reflectometers will be necessary. Include 100 feet (total) of cable, 2 ? 50 foot sections. 9. Net Radiometer: Measures net radiation. Consists of two pyranometers to measure short-wave radiation and two pyrgeometers to measure infra-red radiation. All four sensors are calibrated to an identical sensitivity coefficient. Includes an RTD to measure the radiometer?s internal temperature, a 4WPB100 module to interface the RTD with the datalogger, and a heater that can be used to prevent condensation. Spectral response: 305 to 2800 nm (pyranometer), 5000 to 50,000 nm (pyrgeometer). Response time: 18 seconds. Typical sensitivity range: 7 to 15 ?V W-1 m2. Output range: 0 to 25 mV (pyranometer), ?5 mV (pyrgeometer). Expected accuracy for daily totals: ?10%. Operating temperature: -40? to 70?C. Include 240 feet of cable 10. Self-calibrating soil heat flux plate: Voltage output proportional to local heat flux. On-board heater to allow for self-calibration. Four soil heat flux sensors will be necessary to provide spatial averaging of media. Sensor type: thermopile. Temperature range: -30 to 70?C. Include 400 feet (total) of cable, 4 ? 100 foot sections. The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are equal in importance to price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10). Past performance and price shall not be evaluated on quotes determined technically unacceptable in accordance with the Technical Capability evaluation criteria. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall return a completed copy of the Offeror Representations and Certifications with their quotation. A copy of the provision may be attained from http://www.arnet.gov/far. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-3 Buy American Act - North American Free Trade Agreement-Israeli Trade Act; 52.225-4 Buy American Act North American Free Trade Agreement-Israeli Trade Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Submit the following: Quotation which addresses the Technical Evaluation Criteria; Technical Description and/or Product Literature; Description of Commercial Warranty; A copy of the most recent published price list(s) and; References to whom the same or similar equipment has been provided. Quotations are due to the United States Department of Agriculture, Forest Service, North Central Research Station, AQM, 1992 Folwell Ave., St. Paul, MN. 55108 03:30 PM CST, August 30, 2005. Faxed or emailed quotes are acceptable. The Contract Specialist is Carol Hulstrom. Carol may be reached at chulstrom@fs.fed.us, or by fax at (651) 649-5285. The North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees.
 
Place of Performance
Address: USDA Forest Service NCRS, 1831 HWY 169 East, Grand Rapids, MN
Zip Code: 55744
Country: US
 
Record
SN00869095-W 20050814/050812211737 (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.