Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

66 -- Hydrologic and Water Sampling Equipment - Clauses

Notice Date
6/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Midwest Area
 
ZIP Code
00000
 
Solicitation Number
AG5522S14AA01
 
Archive Date
7/23/2014
 
Point of Contact
LuAnn K. Therrian, Phone: 517-337-6825
 
E-Mail Address
luann.therrian@ars.usda.gov
(luann.therrian@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Terms and conditions/Clauses This notice is a combined synopsis/solicitation, Notice of Intent. The Administrative Office in East Lansing, MI, for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to Teledyne Isco c/o D.M. Anderson Inc., 1935 State Route 131, Lynchburg, OH 45142. This is a sole-source procurement under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This requirement of the Soil Drainage Research Unit (SDRU), MWA, ARS, USDA at Columbus, OH is for 16 ea full-size portable samplers (12 units 8-2 litre bottle configuration and 4 units 24-1 litre bottle configurations). Bottles must be polyethylene. Power source 12VDC sampling is driven by bubbler programming. 8 ea full meters that can adapt to flume and v-notch weir programming and communicate with sampler. Power source 12VDC. 6 ea area velocity sensing devices to record flow rate, velocity and direction. Sensor cable that connects to module needs to be at least 3m in length. Power source 12VDC. 8 ea battery connectors for area velocity sensor to adapt to 12 volt deep cycle battery power source. 5 ea liquid detector sensors to adapt to Isco 6712 sampler head. Equipment has to be consistent and compatible to existing automated 'water quality" instrumentation in multiple field locations where old sites need to be maintained and new sites will be installed. Equipment needs to have full parity with Teledyne Isco products including rain gauge tipping buckets, samplers, bubblers & area velocity sensors. Also data and storage device product programming and post processing analysis should be compatible with FlowLink software. Water monitoring equipment has to adapt to Tracom flume bubbler stilling system and Thelmar Coumpound Weir bubble tube for 12" pipe. Sampling must have eight and 24 bottle sampling arrays.Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Teledyne Isco, c/o D.M. Anderson Inc. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual a Action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Contracting Office, East Lansing, Michigan 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain hydfologic and water sampling equipment. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). (see 1 st paragraph) 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." (2) The named vendor is unique in that it can provide the equipment at this location that is paramount and justified in the study and data collection are to be successfully completed. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). As per the terms of this announcement as this is the first and (anticipated) only need for this specific combination of product and service. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). Because if the same equipment is not used that is currently being used for comparison, all of the current equipment would need to be replaced, that would not be cost effective. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the nature of the item needed, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. //s// Name:LuAnn Therrian Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bcf6c1fd446abdd966a0b87b09121e7a)
 
Place of Performance
Address: ARS/USDA/SDRU, RM 234, Ag Engineering Bldg, 590 Woody Hayes Dr., Columbus, Ohio, 43210, United States
Zip Code: 43210
 
Record
SN03408833-W 20140629/140627234739-bcf6c1fd446abdd966a0b87b09121e7a (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.