Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

87 -- DATALOGGERS AND ACCESSORIES

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
RFQ06A-3615-06
 
Description
The USDA, Agricultural Research Service (ARS), requires the Contractor to provide all labor and equipment to furnish and deliver Data loggers and accessories to the USDA, Agricultural Research Service (ARS), New England Plant, Soil and Water Laboratory located in Orono, Maine in accordance with the terms and conditions contained in this document. The USDA, ARS, NEPSWL will use this equipment for field research. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Solicitation number 06A-3615-06 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This procurement is unrestricted. The NAICS is 334513 with a size standard of 500 employees. Any documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. SCHEDULE OF ITEMS - Brand Name or equal to Spectrum Technologies. ITEM: 01 - Data Loggers (Model 450, Part # 3684); QTY:64; UNIT: EA; UNIT PRICE: $____; AMOUNT:$___. Also includes Software (SPEC 7PRO, Part #3657). ITEM 02 - Soil Temperature Sensor, 6 ft. External (Part #3667) QTY:60; UNIT: EA; UNIT PRICE: $____; AMOUNT:$___. ITEM 03- Soil Moisture Sensor, 6 Ft. (Part #6450WD) QTY:60; UNIT: EA; UNIT PRICE: $____; AMOUNT:$___. ITEM 04- Leaf Wetness Sensor (Part #3666) QTY: 12; UNIT: EA; UNIT PRICE: $____; AMOUNT: $___. ITEM 05-Rain Gage-Tipping Bucket (Part #3665R) QTY: 3; UNIT: EA; UNIT PRICE: $____; AMOUNT:$___. ITEM 06-Radiation Shield (Part #3663); QTY: 72; UNIT: EA; UNIT PRICE: $____; AMOUNT:$___. Training, installation and set-up are not required. The quantities listed for each item in the schedule may be increased pending additional funds through September 30, 2006 in accordance with FAR Clause 52.232-18. Contractors are required to provide quantity discount information below with the offer in accordance with FAR 52.217-7. CONTRACTOR'S QUANTITY DISCOUNT INFORMATION:_____. ALL THIS FOR A TOTAL OF $___. NOTE: THE GOVERNMENT SHALL MAKE A SINGLE AWARD. THEREFORE, OFFEROR MUST PROPOSE ON ALL LINE ITEMS TO BE CONSIDERED FOR AWARD. Delivery is FOB Destination. Contractors must include shipping in each line item. TECHNICAL SPECIFICATIONS - LINE ITEM 01: Spectrum Technologies model 450 (or equivalent) data loggers. 1. The data loggers must have self contained power supplies and electronics so that sensors may be plugged into the unit for logging. 2. The data loggers must come with all necessary hardware and software for internal air temperature and relative humidity sensors (internal) and have at least two external ports for attaching sensors to log soil water tension, rainfall, leaf wetness, or soil temperature. 3. Data loggers must come with all necessary hardware and software to download data to a Dell personal computer. 4. Data loggers must be capable of running, unattended, out of doors for one month or longer. LINE ITEM 02: Soil temperature sensor - Spectrum Technologies item #3667 or equivalent. 1. Sensors must interface with hardware and software of selected data logger. 2. Soil temperature sensors covering a range of 32-100 degrees F. LINE ITEM 03: Soil water tension sensor - Spectrum Technologies item # 6450WD or equivalent Soil water tension sensors - 1. Granular matrix resistive soil matric potential sensors with a minimum range of 0-100 Cb. 2. Sensors must interface with hardware and software of selected data logger (see above). LINE ITEM 04: Leaf Wetness Sensor - Spectrum Technologies item #3666 or equivalent leaf wetness sensors. 1. Sensors must interface with hardware and software of selected data logger. LINE ITEM 05: Rain Gage-Tipping Bucket - Spectrum Technologies item #3665R or equivalent tipping bucket rain gage. 1. Sensors must interface with hardware and software of selected data logger. LINE ITEM 06: Radiation shield - Spectrum Technologies item # 3663 (or equivalent) Radiation shields - 1. Must protect selected data logger (see above) and internal temperature and relative humidity sensors from effects of solar heating. All Sensors must interface with hardware and software of selected data logger. CONTRACTOR'S BRAND NAME AND INFORMATION AND LITERATURE - Offeror's are required to identify the brand and type of equipment offered in the space below: ITEM DESCRIPTION: ______; BRAND NAME: _________; MAKE/MODEL: ______. The Contractor shall provide one set of the descriptive literature and the Design Drawing for each type of tank even if literature has been submitted previously. Failure to submit this literature may render the offer non-responsive on the Technical evaluation criteria and ineligible for contract award. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 and 1194.25 applies. 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). DELIVERY INFORMATION - The Contractor shall furnish and deliver the items listed in the Schedule not later than June 30, 2006. Deliveries shall be made to the USDA, ARS, NEPSWL, University of Maine, Orono, ME 04469. The item(s), as specified in this document, shall be delivered between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday, excluding Federal holidays. All shipments shall identify the purchase order number on the label. 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. 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 to the delivery address above. WARRANTY - The Contractor shall provide a standard one-year, parts and labor warranty on each 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. The Contractor shall also provide information regarding the available extended warranties and pricing. DOCUMENTATION - The Contractor shall provide the following: 1) One (1) set of the operations, repair and maintenance manuals, service instructions, and software operating instructions for each piece of equipment or software upon delivery. All documentation shall include the P.O. number. Final payment shall not be made unless and until such documentation is received and accepted by the COTR. 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. FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition and is amended as follows: 1. Item (b) Submission of Offers is amended to include the following: Item (b) Submission of Offers is amended to include the following: Submit your offer, acknowledgment of amendments (if any), Standard Form 1449-Page 1: Blocks 12 and 17a; Page 2: Block 17b; Page 3: Blocks 30a, 30b and 30c; the Schedule of Items and provide information required in the following Sections: Contractor's Brand Name and Information; Descriptive Literature and price list; Warranty; Documentation; Other Offeror's Information, Evaluation Information, Pricing Data, 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. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NONRESPONSIVE. 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 through September 30, 2006. 3. OTHER OFFEROR'S INFORMATION: A. Please complete the following: i. Our company [ ] does, [ ] does not accept a Government Visa Credit Card. Our company [ ] does, [ ] does not accept a Government Purchase Order (PO). 4. 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. FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision: 1) Technical Capability, 2) Past Performance and 3) Price. Technical and past performance, when combined, are significantly more important than price and will be scored on a "Pass/Fail" basis. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is technically acceptable, conforming to the solicitation and the lowest priced offer inclusive of all line items price. Past performance shall only be checked on the technically acceptable, lowest priced offeror. A) TECHNICAL CAPABILITY OF THE FIRM. Technical capability will be based on product literature and includes: 1) Technical capability of the item offered to meet the Government's requirement. Manufacturer or brand name and model of the item and price lists; 2)Product Literature-Each offeror is required to furnish for each component the above items or other documentation which shows how the offered product meets or exceeds the requirements as specified in the Specifications; 3) Section 508 Compliancy, and 4) Warranty provisions. B) 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 similar nature and complexity that 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, description, contract type, period of performance, warranty and price. 3. 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. The offeror's lack of performance history will not result in disqualification, but will result in a neutral past performance rating of "Pass". C. PRICE - will be based on: 1. Labor, supervision, materials, equipment, supplies, shipping costs, delivery, taxes, warranty, and discount terms. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items, with their offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is amended 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) A. An original invoice shall be submitted after acceptance of all items and includes at a minimum the following information: 1. Name of business concern, invoice number and invoice date; 2. Tax Identification Number; 3. Contract number; 4. Description, price, and quantity of item(s) actually delivered; 5. Shipping and payment terms; 6. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. B. All invoices shall be submitted to: USDA, ARS, NAA, NEPSWRL, UNIVERSITY OF MAINE, ORONO, ME 04469. ATTN.: S. BARTLEY. C. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor's Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until items have been received and are accepted by the Technical Representative. 3. Item (h)-Patent indemnity is revised to include clause 52.227-3. FAR 52.212-5, Contract Terms and Conditions Required to Implements Statutes or Executive Orders ? Commercial Items applies. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6(Alt 1); 52.219-14; 52.222.3; 52.222-19, 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 (Alt.1); 52.225-13; 52.225-15; 52.232-33; 52.232-36; 52.204-4; 52.211-5; 52.214-21; 52.214-31; 52.214-34; 52.214-35; 52.215-5, 52.217-7 - OPTION FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM MODIFIED TO STATE: The Contracting Officer may exercise the option by written or verbal notice to the Contractor prior to September 30, 2006. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.225-8; 52.227-3; 52.227-19; 52.242-17; 52.247-34; 452.204-70. 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. ADDITIONAL QUOTATION INFORMATION - This solicitation and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). It is the offerors responsibility to monitor the site for release of any information related to this requirement. Questions may be faxed to the Contracting Officer at (215) 233-6558 and reference Solicitation No. RFQ 06A-3615-06. QUOTATIONS SENT BY E-MAIL ARE NOT ACCEPTABLE. Responses are due on JUNE 9, 2006 by 2:00 p.m. local time, at the USDA, Agricultural Research Service, Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Responses may be faxed to 215-233-6558.
 
Place of Performance
Address: USDA, ARS, NEPSWL, University of Maine, Orono, ME
Zip Code: 04469
Country: United States
 
Record
SN01062362-W 20060607/060605220112 (fbodaily.com)
 
Source
FedBizOpps 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.