Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
MODIFICATION

66 -- PHOTOACOUSTIC MULTIGAS MOITOR AND ACCESSORIES

Notice Date
7/6/2007
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-7-1902-011
 
Response Due
7/12/2007
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558, - Eileen LeGates, Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lisa.botella@ars.usda.gov, eileen.legates@ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NO. 01 is issued to correct the following: 1) The location name is Pasture Systems and Watershed Management Research Unit (PSWMRU); and 2) Deletes Item 7, Back Up Battery. This is included in Item 1. ALL OTHER INFORMATION REMAINS UNCHANGED. The USDA, Agricultural Research Service (ARS), intends to negotiate solely with California Analytical Instruments in Orange, California to furnish and deliver a new Photoacoustic Multigas Monitor, Model 1412 to the USDA, ARS, PSWMRU location in University Park, Pennsylvania in accordance with the terms, conditions, and specifications contained in this document. The Photoacoustic Field Multi-gas Monitor will be used for measuring gaseous emissions from feed and manure sources on dairy farms. The USDA, ARS, Plant and Soil Water Management Research Unit (PSWMRU) has determined that the California Analytical instruments, Model 1412 and Accessories is the only equipment with the following salient characteristics: 1) Measurement system based on the photoacoustic infra-red detection method which is capable of measuring almost any gas that absorbs infra-red light. 2) System must be portable with a height 6.9 inches by 15.6 inches width by 11.8 inches depth and not exceed 19.8 pounds. 3) Ability to draw samples from up to 50 m away. 4) Linear response over a wide dynamic range. 5) High stability (low drift) requiring calibration only 1-2 times a year. 6) User-friendly procedures for calibrating the monitor, presenting and analyzing measurement data via the PC user-interface using WINDOWS based software. 7) Compensation for temperature fluctuations, water-vapor interference, and interference from other known gases. 8) Extremely low-volume flushing possible. 9) Continuously measures up to five gases and the filters are interchangeable which allow it to measure nearly any gas that absorbs infrared light. 10) Presentation of measurement data both in tabular and graphic formats with up to five (5) gas concentration graphs displayed, simultaneously. 11) We are collaborating on a national project that is monitoring gaseous emissions from dairy farms using this same equipment. 12) We are also collaborating with the Penn State University scientists on similar research and they are using this same equipment. 13) Uses PC based software and all data is stored in a user-defined database in an MS-Access format. GOVERNMENT RESPONSIBILITY-The USDA, ARS, PSWMRU shall be responsible for providing a Windows-based PC system with standard memory, etc. for data analysis. The system includes at least 500 MB of RAM and a Windows XP operating system. The USDA, ARS, PSWMRU shall return Optical Filters UA0974 and UA0971 for Calibration with the new Unit within 5 calendar days after award. SCHEDULE OF ITEMS - The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the items identified in the schedule of items below. ITEM NO. 01: Model 1412 - Photoacoustic Multigas Monitor; Quantity: 1 EA; Unit Price: $____; Amount: $ _____. This includes an Optical Filter for Water Vapor and a Standard Accessory Kit: Part No: Identification Instrument AT2177 Teflon Tubing ?4/3 - 4 meter 1314/1412 DS0759B Particle Filter 25 pcs.; 1314/1412 WL0945 Pin Cable, 25 Female/9Male 1314/1412 VF0087A Fuse 2.5A Slow, 250V 1314/1412 BR6010-12 Set-up Tree 1314/1412 VP9317A Gas Monitoring Software 1314 BE6011-11 Instruction Manual 1314/1412 BB6017-11 Field Guide 1412. ITEM NO. 02: Optical Filters for Manure Application; Quantity: 5 EA; Unit Price: $____; Amount: $ _____. This includes Filters: UA0976 -NH3; UA0983 - CO2; UA0985 - N2O; UA0969 - CH4; and UA0987-NMHC filters. ITEM NO. 03: Initial Calibration Charge for the filters in item 02. Quantity: 5 EA; Unit Price: $____; Amount: $ _____. ITEM NO. 04: Additional Carousel for filters. Quantity: 1 EA; Unit Price: $____; Amount: $ _____. ITEM NO. 05: Optical Filter Package For Silage Applications: Quantity: 1 PKG; Unit Price: $____; Amount: $ _____. Includes Filters: UA0936 - Methanol; UA0987 - THC; UA0976 -NH3; and UA0974* -Ethanol and UA0971* - Acetic Acid. (*Previously purchased filters returned for calibration). ITEM NO. 6 - An initial calibration of two filter packages with five filters in each. ITEM NO. 7 - 3-volt lithium battery for backup. Quantity: 1 EA; Unit Price: $____; Amount: $___. ITEM NO. 08 - Shipping. Quantity: 1 EA; Unit Price: $____; Amount: $___. ALL THIS FOR A TOTAL OF $_____. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination clause. ITEM NO. 09 - Extended Service Agreement - The contractor shall provide pricing for future options and is pending availability of funding. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the 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. DELIVERY - Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excl. Federal Holidays within three (3) weeks after receipt of the order. The Contractor shall coordinate the delivery date and time with the Technical Representative (TR) at least one (1) week prior to delivery. DOCUMENTATION - The Contractor shall provide one (1) copy each of the field guide, CD-Rom, maintenance manuals and operating instructions upon delivery of the equipment. All documentation shall include the P.O. number. 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 the equipment and documentation have been received and are accepted by the Technical Representative. WARRANTY - The Contractor shall provide a one year warranty on the equipment and 5 year warrant y on the back up battery. The Contractor shall provide a copy of the warranty with their offer. The period of the warranty shall begin upon acceptance by the Government. This contract incorporated one or more clauses by reference and includes: 52.212-1, 52.212-4, 52.212-5. In addition, 52.212-1 Addenda includes 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. 52.212-4 Addenda includes the following: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE. (a) The Contracting Officer or the Contracting Officer's Technical Representative (TR) will inspect and accept the supplies and associated services provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, NAA, PSWMRU, Curtin Road, Bldg. 3702, University Park, PA, 16802. 2. Item (g) Invoice is amended to include the following: (a) To constitute a proper invoice, the invoice must include at a minimum the following information: 1. Name of business concern and invoice date; 2. Contract number; 3. Description, price, and quantity of supplies and services actually delivered and packing slip(s); 4. Shipping and payment terms; 5. Name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. (b) The original invoice shall be submitted after delivery, installation and acceptance of the items. The Invoice shall be mailed to: USDA, ARS, NAA, PSWMRU, Curtin Road, Bldg. 3702, University Park, PA, 16802, Attn: Karen Gardner. 3. Item (i) Payments are amended to include the following: USDA, ARS requires all Contractor?s to be registered in the Central Contractor's Registration (CCR) database for payments to be made through the Electronic Funds Transfer (EFT) Method. Also see FAR Clause 52.212-4, Item (t). 52.212-5 Addenda includes: 1. 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 may be accessed electronically at this address: http://www.arnet.gov/far/ and AGAR Clauses at http://www.usda.gov/procurement/policy/agar.html: 52.204-4 PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER; 52.204-6 DATA UNIVERSAL NUMBER SYSTEM (DUNS) NUMBER; 52.211-5 MATERIAL REQUIREMENTS; 52.211-6 BRAND NAME OR EQUAL; 52.214-21 DESCRIPTIVE LITERATURE; 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35 SUBMISSION OF OFFERS IN US CURRENCY; 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT; 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 52.225-8, DUTY FREE ENTRY; 52.227-19, COMMERCIAL COMPUTER SOFTWARE-RESTRICTED RIGHTS; 52.214-35, SUBMISSION OF OFFERS IN US CURRENCY; 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; AGAR CLAUSE 452.204-70,INQUIRIES. Section 508 Accessibility Compliance Clause - The following standards have been determined to be applicable to this contract: 1194.21, Software applications and operating systems and 1194.25, Self -contained, closed products. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is 100 Set-Aside for Small Business. This is not a request for proposal. No solicitation is available. WE WILL NOT ACCEPT YOUR QUESTIONS BY E-MAIL (DUE TO THE CURRENT AND CONTINUOUS COMPUTER VIRUS SITUATION) OR YOUR OFFER BY FAX OR E-MAIL. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offeror's will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with 10 calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with California Analytical Instruments under the authority of FAR 6.302.
 
Place of Performance
Address: USDA, ARS, NAA, Pasture Systems and Watershed Management Research Unit (PSWMRU), Curtin Road, Bldg. 3702, University Park, PA
Zip Code: 16802
Country: UNITED STATES
 
Record
SN01335718-W 20070708/070706220146 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.