Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2018 FBO #6116
SPECIAL NOTICE

66 -- ADCP Flow Meter

Notice Date
8/20/2018
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
122415S180009
 
Archive Date
9/14/2018
 
Point of Contact
KAREN GARDNER, Phone: 814-863-0928
 
E-Mail Address
karen.gardner@ars.usda.gov
(karen.gardner@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service, in University Park, PA, intends to negotiate solely with YSI Incorporated, 1700 Brannun Ln # 1725, Yellow Springs, OH 45387-1106, under the authority of FAR 6.302-1, to provide an Acoustic Doppler Current Profiler (ADCP) Flow Meter and accessories. This equipment will be used in research to develop tools, practices, and technology that conserve and protect water resources in cranberry production systems. Specifically, the equipment will uses to make high precision streamflow measurements in low and high flow ranges. Combined with continuous stage data, periodic streamflow measurements will allow for continuous monitoring of the rate of discharge by streamflow. These data will be useful in evaluating water and nutrient budgets of the watershed. SonTek, a division of YSI Inc. and a brand of Xylem Inc., is the sole manufacturer and distributor of this equipment. Written substantive statements addressing each specific technical specification identified under Item three (3) below, capabilities and quote sufficient to determine capability to meet the entire requirement must be submitted to the identified point of contact not later than the response date specified in this notice. Entities must be registered at the www.sam.gov to include completion of Online Representations and Certifications. No telephone enquires will be accepted. This is a notice of intent, not a request for quotation, and no contract will be awarded based on substantive statements/quotes received in response to this notice, but will be used to determine whether to conduct a competitive procurement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Justification for other than full and open competition. 1. USDA, Agriculture Research Service, Pasture Systems and Watershed Management Research, University Park, PA 16802 2. This action is to provide an Acoustic Doppler Current Profiler Flow Meter - 1) Sontek M9 RiverSurveyor, 2) 200m power and serial cable, 3) SonTek Hydroboard2, and 4) SonTek Hydroboard2 carrying case. These items are pending availability of funding. FAR 52.232-18 Availability of Funds 3. The Acoustic Doppler Current Profiler Flow Meter - Sontek M9 RoverSurveyor and accessories shall meet the following specifications: a) have internal discharge calculation and data storage, b) be a multi-frequency device, c) be capable of automatically adjusting its operation for each sample based on the river depth and velocity conditions, d) have velocity profile range of up to 20 m/s, e) have a depth range of up to 25 m, f) have the capability of cell size resolution of 0.02 m, and g) be a device that does not rely on internal compass measurements. 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The supplies required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. The manufacturer of the required product, is the only responsible Source and no other supplies will satisfy Agency Requirements. Reference FAR 6.302-1(a)(2)) 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/ services will satisfy agency requirements, full and open competition need not be provided for. 6. A Federal Business Opportunities notice is published in an attempt to identify other possible vendors of the required equipment containing the necessary specifications required to produce the same results. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on established catalog or market prices of commercial items sold in substantial quantities to the general public. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying the agency requirements. Supplies were deemed to be available only from one source. 9. Selected vendor is the manufacturer of the required system. Reference FAR 13.106(b)(1) - For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is more advantageous to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/735ae24e5d5dee42e4e1bb8b85e88eb2)
 
Place of Performance
Address: One State Bog Road, East Wareham, Massachusetts, 02538, United States
Zip Code: 02538
 
Record
SN05046451-W 20180822/180820231515-735ae24e5d5dee42e4e1bb8b85e88eb2 (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.