Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SPECIAL NOTICE

66 -- Locomotion Compensator, Tracksphere, LC-300, Second Generation

Notice Date
5/22/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
913332
 
Archive Date
6/21/2018
 
Point of Contact
John C. Wilkinson, Phone: 301-504-1731
 
E-Mail Address
john.wilkinson@ars.usda.gov
(john.wilkinson@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. Department of Agriculture, Agriculture Research Service, intends to award a Sole Source Procurement to the following foreign vendor: Ockenfels Syntech GmbH located at Amtsgericht Freiburg, Germany. Required Delivery Date: August 10, 2018. T his requirement will be awarded referencing NAICS code: 334516. Minimum requirements for the above instrument: To the best of U.S. Department of Agriculture's knowledge, The required - TrackSphere system, is the only commercially available instrument of it's kind in the world. The System shall allow for computerized detection and tracking of small insects-ticks - 1 to 10mm locomotion in response to oi-factory and other stimulation. Ockenfels Syntech GmbH is the (Only ) manufacturer - for this required instrument. The insect/tick locomotion tracking system shall have the following technical characters / specifications: A 30-cm interchangeable (white or black) walking sphere motion sensor supplied with computer macro-zoom lens suitable for objects (tick or mite) ranging from 1 - 10 mm. The speed compensation range shall be 0 - 30 cm/s. And An object displacement sensor without moving parts or a reflector. And Built-in LCD color video monitor. And Tracking data are transferred to PC via RS-232 port in real-time speed and direction monitoring during operation. And Specifically designed software for track reconstruction and analysis. And Compact size that is easy to install and operate in a laboratory with limited space. The following are applicable: Purchase Order Terms & Conditions for the above requirement: Commercial Items through Federal Acquisition Circular 2005-95 Clauses/Provisions Incorporated by Reference : This order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following address: https://www.acquisition.gov/far. 52.212-5 - Commercial Items (Feb. 2016 ) 52.204-7 System for Award Management (Jul 2013) 52.204-13 System for System for Award Management Maintenance (Jan 2014) 52.204-16 Commercial and Government Entity Code Reporting (July 2015) 52.204-18 Commercial and Government Entity Code Maintenance (July 2015) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (nov 2015) 52.223-1 Bio-based Product Certification (MAY 2012). 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Sep 2013). 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) THIS NOTICE INTENT IS NOT A REQUEST FOR QUOTATIONS. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. The purchase made will be made under simplified acquisition procedures, other than Full and Open Competition authorized by FAR 6.302-1, and Statutory Authority: 10 USC 2304 (C ) ( 1) as implemented by FAR6.302-1 Vendors who believe they can provide the above, are invited to submit substantiating documentation via email to John.Wilkinson@ars.usda.gov by no later than June 6, 2018 e.s.t. Oral Communications are not acceptable responses to this notice. This notice is for informational purposes only and is not to construed a commitment by the Government. Anticipated Award Date is June 10, 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3aa222eb926156caa25d05196a005c70)
 
Place of Performance
Address: 10300 Baltimore Ave., Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN04931455-W 20180524/180522231233-3aa222eb926156caa25d05196a005c70 (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.