Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2004 FBO #0844
SOLICITATION NOTICE

66 -- Water Monitoring and Sampling Equipment

Notice Date
3/17/2004
 
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, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-4-0012
 
Response Due
3/31/2004
 
Point of Contact
Rebecca Holzinger, Contract Administrator, Phone 309-681-6616, Fax 309-681-6683, - Georgetta Stonewall, Contract Specialist, Phone (309) 681-6624, Fax (309) 681-6683,
 
E-Mail Address
rholzinger@mwa.ars.usda.gov, gstonewall@mwa.ars.usda.gov
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation No. 5114-4-0012 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. 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. The USDA, Agricultural Research Service, Coshocton, Ohio has a requirement/need for water monitoring and sampling equipment and supplies, "Brand Name or Equal" to ISCO's water monitoring and sampling equipment. The equipment will be used for a research project that will involve the measurement of water (quality and quantity) from agricultural watersheds with specific land management practices. The accurate measurement of the quantity and quality of water requires the use of an automated sampling device capable of recording depth measurements as well as pulling samples periodically from the flow stream based on discharge amount while operating in a plug and play environment. Listed are the description of items and quantities required: CLIN No. 1 - ISCO #68-2970-003 Avalanche Sampler with external DC powered (2 units); CLIN No. 2 - ISCO #68-2970-001 Avalanche 14 bottle configuration (2 units); CLIN No. 3 - ISCO #68-6710-070 ISCO 6712 full size portable sampler (20 units); CLIN No. 4- ISCO #68-6700-007 24-bottle configuration for 6700 series, 350 ml glass w/caps, retaining ring and tube (20 units); CLIN No. 5 - ISCO #68-4230-002 Model 4230 bubbler flow meter with 50 ft vinyl bubble tube (22 units); CLIN No. 6 - ISCO #60-3004-107 sampler to flow meter connect cable (20 units); CLIN No. 7 - ISCO #60-1394-023 Battery to sampler power cable - 6 ft (20 units); CLIN No. 8 - ISCO #60-3284-001 Model 674 tipping bucket rain gauge (2 units); CLIN No. 9 - ISCO #60-2903-079 3/8 inch stainless steel low flow strainer (20 units); CLIN No. 10 - ISCO #60-2703-114 3/8 inch Teflon suction line with protective jacket 25 ft length (30 units); CLIN No. 11 - ISCO #68-6700-045 Pump tubing for 6712 quantity 25 (2 units); CLIN No. 12 - ISCO #68-3700-007 Coupler for 3/8 inch suction line (20 units); CLIN No. 13 - ISCO #60-1873-043 Stainless bubbler tube 4 ft (20 units); CLIN No. 14 - ISCO #68-6700-056 Model 581 rapid transfer device (2 units); CLIN No. 15 - ISCO #68-6700-050 Model 730 bubbler flow modules (12 units); CLIN No. 16 - ISCO #60-5314-347 40-watt solar panel (3 units); CLIN No. 17 - ISCO #60-3234-032 8-inch weir pipe inserts for bubblers (1 unit); CLIN No. 18 - ISCO #60-3234-033 10-inch weir pipe inserts for bubblers (3 units); CLIN No. 19 - ISCO #60-3234-034 12-inch weir pipe inserts for bubblers (1 unit); CLIN No. 20 - ISCO #60-5304-706 500 ft vinyl bubble line [1/8 inch] (1 unit); CLIN No. 21 - ISCO #68-1680-059 500 ft vinyl suction line [3/8 inch] (1 unit); CLIN No. 22 - ISCO #099-0011-03 1.5 pound canisters of desiccant (2 units). SALIENT CHARACTERISTICS: the water monitoring and sampling equipment must meet or include these minimum requirements: (1) Must offer plug and play connection between compatible measuring devices. (2) Must use bubble equipment due to the need of accuracy for this project. (3) Must not be affected by wind, steam, foam or turbulence. (4) Must have automatic drift compensation. (5) Must maintain calibration for extended periods of time in standby applications. (6) Must be compatible with ISCO equipment already in place. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quotation 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.arnet.gov/far/loadmainre.html. 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 (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); 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 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.211-6, Brand Name or Equal; FAR 52.219-8, Utilization of Small Business Concerns; 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; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); and 52.232-36, Payment by Third party (31 U.S.C. 3332). SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a proposal on company letterhead detailing the item description, unit price, and extended price of each CLIN; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed, and 4) Offerors shall include a completed copy of the provision FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far/loadmainre.html. DELIVERY TO: USDA-ARS, Coshocton, OH 43812. PROPOSED PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before June 30, 2004, however, each offeror shall include their proposed delivery schedule as part of their quotation. 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. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendments and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotations to Rebecca A. Holzinger, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., March 31, 2004. Proposals and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6616 or email below.
 
Place of Performance
Address: USDA, ARS, MWA, State Route 621, Coshocton, OH
Zip Code: 43812
Country: USA
 
Record
SN00547793-W 20040319/040317222637 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.