Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
MODIFICATION

52 -- Acoustic Doppler Current Profiler

Notice Date
1/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG-64PP-S-16-0003
 
Archive Date
2/23/2016
 
Point of Contact
Brionna Wade, Phone: 573-875-5291 x222
 
E-Mail Address
brionna.wade@ars.usda.gov
(brionna.wade@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. AG-64PP-S-16-0003 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-1. The NAICS code applicable to this acquisition is 334513. For a company to qualify as a small business, the small business standard is 500 employees or less. The USDA, ARS, MWA, Cropping Systems and Water Quality Research Unit (CSWQRU) has a need/requirement for an Acoustic Doppler Current Profiler (ADCP) for cropping systems research. The Acoustic Doppler Current Profiler shall meet the following specifications: 1. Operates at a frequency of 1200 kHz for velocity measures, with a 600 kHz vertical depth measurement beam 2. Use broad band signal processing to ensure the highest quality data with minimal noise by using coded pulses to make multiple measurements of phase with a single ping. This greatly increases the precision of the measurement. This will provide the user with unmatched repeatability, and allow the user to collect data much more quickly. 3. Have a profiling range of 20cm (7.87") to 25M (82.02') allowing the user to make measurements in a wide variety of conditions, from base flow type conditions to severe flooding 4. Allow the users to conduct auto-adaptive sampling - the ADCP must be capable of adjusting the cell size and number based on the water depth. This allows for more accurate measurements. 5. Must have a "manual mode of control" allowing the user to enter desired settings 6. Able to perform a single plane compass calibration 7. DC voltage range is 10.5 to 18VDC 8. Internal Bluetooth communications 9. Compatible with Q-View QA/QC software 10. A 48" trimaran float is needed for the ADCP as well. This float needs to contain an electronics compartment and rear attachment inserts for additional instruments, two outrigger hulls with pivoting fins, crossbar, towing bridle, quick-removal instruments mount, instrument deck plate, power cable from instrument to battery in the electronics compartment, power switch, fuse, through-hull data cable from instrument to 8-pin micro connector for external RF modem Include any fees, shipping, etc. in quote DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quote on company letterhead detailing the item description, and unit price per item and total price (including any fees, shipping, handling, etc.); 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer or another form of verification that this provision has been completed, is current, and correct; a copy of this provision may be obtained at http://www.acquisition.gov REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED IN THE System for Awards Management (SAM) DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.223-4, Recovered Material Certification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-Cropping Systems and Water Quality Research Unit, Columbia, Missouri. QUOTE PRICE MUST INCLUDE any freight and/or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery not more than 45 days after receipt of order. FAR 52.212.-2, EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement, including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the technical capability of the item offered to meet the Government requirement. B) Delivery. Any amendment and 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 those documents related to this procurement, if any. Furnish Quotes to Brionna D. Wade, Contracting Officer, USDA, ARS, MWA, University of Missouri, 269 Ag Engineering Building, Columbia, MO. 65211, no later than 10am (CST), February 8, 2016. Quotes and other requested documents may be provided via mail or email: Brionna.Wade@ars.usda.gov, if desired. Additional information may be obtained by contacting the Contracting Officer at (573) 875-5291 x222.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6e04a50eba004bf7eef6b35b67b4429a)
 
Place of Performance
Address: Columbai, Missouri, 65211, United States
Zip Code: 65211
 
Record
SN04001387-W 20160128/160126234551-6e04a50eba004bf7eef6b35b67b4429a (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.