Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

66 -- Refrigerated Sampler Systems

Notice Date
9/18/2009
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Pasture Systems & Watershed Mgmt Research Unit, Curtin Road, University Park, Pennsylvania, 16802-3702, United States
 
ZIP Code
16802-3702
 
Solicitation Number
AG2415S090005
 
Archive Date
10/8/2009
 
Point of Contact
KAREN GARDNER, Phone: 814-863-0928
 
E-Mail Address
karen.gardner@ars.usda.gov
(karen.gardner@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service (ARS), Pasture Systems and Watershed Management Research Unit (PSWMRU), intends to negotiate solely with Teledyne Isco, Inc. in Lincoln, Nebraska to furnish and deliver four (4) new DC-powered refrigerated Avalanche samplers and accessories, software, and cabling to the USDA, ARS, PSWMRU location in University Park, Pennsylvania in accordance with the terms and conditions contained in this document. The USDA, ARS, PSWMRU will use this equipment to automate the collection of water samples at their University of Maryland, Eastern Shore research site. The USDA, ARS, Pasture Systems and Watershed Management Research Unit has determined that the Teledyne Isco is the only equipment with the following salient characteristics: 1) Refrigerated unit operating on DC power. The remoteness of our sample collection locations prohibits access to AC power to operate refrigerated samplers. 2)Compatible with our existing USDA, ARS, PSWMRU-owned Avalanche sampling network. 2) Ensures comparison of data with our current sampling network to limit sample variability, and to eliminate sampler bias. 3) Has interchangeable parts with USDA, ARS, PSWMRU-owned Avalanche samplers in our existing network 4)Requires no additional training of staff. 5) Portable for research in various locations 6) All data stored on the sampler can be retrieved via the Rapid Transfer Device (RTD) and subsequently analyzed. GOVERNMENT RESPONSIBILITY-The USDA, ARS, PSWMRU, shall be responsible for providing the 100 amp-hour batteries, providing a Windows-based PC system with standard memory for data analysis which includes at least 500 MB of RAM and a Windows XP operating system, and providing the expertise in operating the equipment and interpreting the data. 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 listed below. ITEM NO 1, 682970003, Avalanche Sampler, QTY:4; UNIT: EA; UNIT PRICE: $____; ITEM NO 2, 609004379 3/8 inch ID x 25 ft long vinyl suction line QTY:4; UNIT: EA; UNIT PRICE: $____; ITEM NO 3, 605314563 GSM Cell Phone Modem Package QTY:4; UNIT: EA; UNIT PRICE: $____; ITEM NO 4, 682540200 Flowlink 5.1 Software, QTY: 1, UNIT: EA, UNIT PRICE $_____; ITEM NO 5, 605314347 Solar Panel, 40 watts QTY:4; UNIT: EA; UNIT PRICE: $____; ITEM NO 6, 601394023 Connect cable for external 12 VDC source; QTY:4; UNIT: EA; UNIT PRICE: $____; ITEM NO 7, 602004508 USB communication cable; QTY: 1 UNIT: EA; UNIT PRICE: $_____; ITEM NO 8,682970001 Avalanche 14-bottle configuration QTY: 4; UNIT: EA; UNIT PRICE: $____; ITEM NO 9, Shipping; QTY: 1 UNIT: EA UNIT PRICE: $______ 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. ALL ITEMS ARE PENDING AVAILABITY OF FUNDING in accordance with FAR 52.232-18 and 52.232-19. DELIVERY INFORMATION - The Contractor shall furnish and deliver the equipment with all the items listed in the Schedule. Delivery shall be to the USDA, ARS, Pasture Systems and Watershed Management Research Unit (PSWMRU), 31 Watershed Road, Klingerstown, PA 17941. 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) within thirty (30) days after receipt of the order. All shipments shall identify the purchase order number on the label. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the accessories 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 one-year non-consumable parts and labor warranty for Sampler systems and accessories. The warranty begins from the acceptance date by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE CONTRACT The Contractor shall provide copies of their extended service contracts, price list and identify if a cost reduction is available when purchased with the equipment. All items are pending availability of funds in accordance with FAR 52.232-18 and 52.232-19. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, maintenance manuals, and service instructions to the COR upon delivery of the equipment. 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 TR. PAYMENT – The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Coentral 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. This document incorporates one or more clauses by reference and includes: 52.212-1, 52.212-4, 52.212-5 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, PSWMRU, BLDG 3702 CURTIN ROAD, UNIVERSITY PARK,PA 16802. ATTN.: K. GARDNER. C. 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: 52.222.3; 52.222-19, 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3 (Alt 1); 52.225-5; 52.225-13; 52.232-33; 52.232-36; 52.247-64. ADDENDA TO FAR CLAUSE 52.212-5, 52.204-4; 52-204-6; 52.211-5; 52.211-6; 52.214-21; 52.214-34; 52.214-35; 52.217-9;52.227-19; 52.214-35; 52.232-18; 52.232-19;52.242-14; 52-242-17; 52.247-34, AGAR CLAUSE 452.204-70, Inquires. 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. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE The following standards apply to this acquisition: 1194.21, 1194.22, 1194.23, 1194.25, 1194.26. This procurement is Unrestricted. The NAICS Code is 334516 with a size standard of 500 employees. This is not a request for proposal. No Solicitation is available. Questions may be emailed to the Contracting Officer at karen.gardner@ars.usda.gov. Companies with the demonstrated and financial capacity to provide and service such equipment and warranty must submit a written substantive statement outline the Company’s and systems’ capabilities, available service agreements and consumable (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. Offerors 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 within 5 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 Teledyne Isco, Inc. under the authority of FAR 6.302.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc596ff0a849b17036c9fa191adbef76)
 
Place of Performance
Address: 31 Watershed Road, Klingerstown, Pennsylvania, 17941, United States
Zip Code: 17941
 
Record
SN01961372-W 20090920/090919000942-fc596ff0a849b17036c9fa191adbef76 (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.