Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
SOLICITATION NOTICE

66 -- Campbell Scientific Sensors and Equipment

Notice Date
8/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Agricultural Research Service - Pacific West Area
 
ZIP Code
00000
 
Solicitation Number
AG-81J8-S-14-0861
 
Archive Date
8/27/2014
 
Point of Contact
Sheri Eiri, Phone: 520-316-6314
 
E-Mail Address
sheri.eiri@ars.usda.gov
(sheri.eiri@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation no. AG-81J8-S-14-0861 is issued for a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This procurement is 100% set-aside for small business. The NAICS code is 334513 with a small business size standard of 500 employees. The USDA, Agriculture Research Service (ARS), in Boise, Idaho requires the following Campbell Scientific supplies and equipment as follows: LI Model Part Description Qty UM 1 Manual Note Send 1 resource DVD, No hardcopy Manuals 1 EA 2 EMC16/18-DC-SB-TM 30709-152 Weather-resistant 16X18 inch Enclosure -DC 2 Conduits for Cables -SB Standard Backplate -TM Tower Mounting 1 EA 3 BP12 8065 12V Sealed Rechargeable Battery w/Mounts, 12Ah 1 EA 4 CH200-SW 22240-1 12V Charging Regulator (-40 to +60C) -SW Standard 1yr Warranty 1 EA 5 20769 PS200 or CH200 SDI-12 Interface Cable, 2ft 1 EA 6 SP20 10893 20W Solar Panel, 15ft Cable 1 EA 7 CMP6-L14 27083-9 Kipp & Zonen Pyranometer ISO First Class 14ft cable per sensor 1 EA 8 CM245 27065 Adjustable Angle Mounting Stand 1 EA 9 *AM16/32B-ST-SW 19232-5 16 or 32 Channel Relay Multiplexer -ST -25 to +50C -SW Standard 1yr Warranty 1 EA 10 CABLE5CBL-L3 21968-86 5-Conductor 22 AWG Cable w/Drain 3ft per Cable 1 EA 11 014A-L14 2006-56 Met One Anemometer 14ft Cable per sensor 1 EA 12 1049 ¾ X 1 inch Nurail Crossover Fitting 1 EA 13 41003-5 5932 RM Young 10-Plate Gill Solar Radiation Shield 1 EA 14 HC2S3-L9 27725-11 Rotronic HygroClip2 Temperature /RH Probe 9ft cable per probe 1 EA 15 CS100 8738 Setra 278 Barometer (600 - 1100 hPa) 30 inch Cable 1 EA 16 024A-L14 2011-17 Met One Wind Direction Sensor 14ft cable per sensor 1 EA 17 17953 1 X 1 inch Nurail Crossover Fitting 1 EA 18 UT10 7829 10ft Tower w/Base, Adjustable Mast, & Grounding Kit 1 EA 19 CM206 17905 Sensor Crossarm w/one CM210 Mounting Kit, 6ft 1 EA 20 CM210 17767 Crossarm-To-Pole Mounting Kit 1 EA 21 RF320-M1 28784-1 Ritron DTX-145 VHF Radio Programmed for 169.950MHz (136-174MHz) -M1 Config for RF500M 1 EA 22 RF500M-ST-SW-PB-J1 21106-18 Radio Modem -ST -25 to +50C -SW Standard 1yr Warranty -PB PakBus OS -J1 Jumper for RF31x/32x 1 EA 23 COAXNM-L8 5415-23 Antenna Cable RG8 w/Ty[e N Male & BNC Male Connector 8ft per antenna cable 1 EA 24 SPECIAL-MISC Celwave BA1012-2 154-174 MHZ/Unity Gain, type N with Mounting kit 1 EA 25 CSAT3 8900 3-D Sonic Anemometer, 25ft Cables 2 EA 26 TCAV-L40 8731-5 Averaging soil TC Probe 40ft cable per sensor 1 EA 27 SP90-L20 22129-61 90W solar Panel 20ft cable per SP90 1 EA 28 *CR3000-ST-SW-NB-NC 17852-47 Micrologger (R) -ST -25 to +50C -SW Standard 3yr Warranty -NB Base with No Battery -NC No Calibration Cert 1 EA 29 CFM100-ST-SW 17345-13 CompactFlash Module -ST -25 to +50C -SW Standard 1yr Warranty 1 EA Equipment and supplies will be used for meteorological sites that are part of the Long-Term Agro-Ecosystem Research (LTAR) network, which consists of 18 locations throughout the United States. The sensors and equipment being used for the LTAR network should have a comparable observation infrastructure and produce high level quality controlled data products. The LTAR Committee has requested uniformity among the sites regarding sensors and equipment for numerous reasons (i.e., data comparison, program compatibility, and troubleshooting. The sensors and equipment replacements meet the same specifications as the existing suite of sensors. Upgrades or replacement parts for existing equipment such as eddy covariance instrument network or radio communications instrumentation for transferring data to headquarters to maintain equipment compatibility and continuity of existing and ongoing research across ARS locations. Delivery - FOB Destination to the USDA, ARS, Northwest Watershed, 800 Park Blvd, Plaza IV, Suite 105, Boise, ID 83712. Quoted Price Must Include: Any delivery costs as well as any applicable fees. Delivery Due Date: The Government requires delivery on or before 45 days ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. (ix) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, with these additional FAR clauses cited in the clause applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Contractor Policies to Ban Text Messaging While Driving; ): 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. The full text of all clauses and provisions are available at www.acqnet.gov and http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/subchaph.html#22871 The offers are due 12 August 2014, 9:00 am PST, to sheri.eiri@ars.usda.gov Contact Sheri Eiri, 520-316-6314, sheri.eiri@ars.usda.gov for information regarding this solicitation. All businesses wishing to conduct business with the US. Federal Government are required to obtain a DUNS number and register in SAMS (System for Award Management. All businesses must be registered and have an active registration, when submitting their quote. Please note your DUNS# and your payment preference on your quote. If payment is other than government credit card, IPP-Government Smart Payment Invoicing will be utilized. https://www.ipp.fms.treas.gov/login/IPPLogon_Index.htm Award : Lowest Price Technically Acceptable - The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offerors equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb6780842b64b1160278b4a5a79e4f10)
 
Place of Performance
Address: 800 Park Blvd, Plaza IV, Suite 105, Boise, Idaho, 83172, United States
Zip Code: 83172
 
Record
SN03452567-W 20140808/140807022317-eb6780842b64b1160278b4a5a79e4f10 (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.