SOURCES SOUGHT
66 -- Portable, In-Situ Water Quality Analyzer, 20m Underwater Cable, and Logger/Transmitter - Sources Sought
- Notice Date
- 3/11/2022 1:18:36 PM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
- ZIP Code
- 61604
- Solicitation Number
- 12505B22Q0065SS
- Response Due
- 3/21/2022 3:00:00 PM
- Point of Contact
- Aaron Dimeo, Phone: 6088900067
- E-Mail Address
-
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
- Description
- A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Disadvantaged Small Business, Veteran-Owned Small Business (VOSB), Service Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business, AND/OR Economically Disadvantaged Woman-Owned Small Business (EDWOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation Announcement or Request for Quote. It does NOT constitute any commitment by the Government. NO award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will NOT award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will NOT be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, Disadvantaged, VOSB, SDVOSB, Women-Owned, EDWOSB, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 334519, with a Size Standard of 500 employees and the PSC Code is 6630. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. For such a procurement, whether or NOT an award is made is subject to the availability of funds. The Department of Agriculture (ARS) has the need for the following products: 001) Portable, In-Situ Water Quality Analyzer, 20m Underwater Cable, and Logger/Transmitter Scope of Work: The USDA-ARS, Soil and Water Management Research Unit in St. Paul, MN is seeking sources for a portable, in-situ water quality analyzer capable of measuring dissolved phosphate (PO4) in surface waters (ponds, lakes, streams, rivers) of agricultural landscapes, a 20m Underwater Cable, and a Logger/Transmitter. Background: The St. Paul ARS Soil and Water Management Research Unit conducts research on improving environmental quality in agricultural landscapes. Dissolved phosphate concentrations data are complementary to other measurements of water quantity and quality in support of research focused on improving environmental quality in agricultural landscapes. Current typical approaches for measuring dissolved phosphorus include collecting water samples (manually or with an automated sampler) followed by analyzing them in a laboratory. This approach is not practical for conducting high-frequency measurements (multiple samples per day), especially when the field site is located far from the laboratory. To overcome the logistic challenges associated with making high-frequency measurements of dissolved phosphorus in agricultural landscapes, we require an automated in-situ dissolved phosphorus analyzer. Technical Requirements: Required specifications for an in-situ dissolved phosphate analyzer: Portable, to facilitate easy re-deployment at different field locations (weigh less than 20 lbs) Rugged / suitable for deployment in agricultural landscapes. Low power requirements suitable for deployment in remote locations. Capable of measuring environmentally relevant concentrations in agricultural waters. Contains an on-board standard (or proven to be accurate and stable over a time period of months) Able to operate for periods of 4-5 weeks at a time with minimal maintenance. Able to sample up to 3-4 times per hour. Data logger must support up to 32 measurements with independent schedules. Data logger must have built in WiFi. Data logger must support CGMS (Coordination Group foe Meteorological Satellites) including the GOES satellite. Data logger must allow simple connection with smart phone / tables / PC (or direct connection with PC USB port). Data logger must have built in lightning protection. Data logger must support python scripting with up to 8 individually configured scripts. Data logger must have an operating temperature range of (-40� C to +70� C). Key Deliverables: Portable, In-Situ Water Quality Analyzer 20m Underwater Cable Logger/Transmitter Delivery: Equipment should be delivered to: USDA-ARS, Soil and Water Management Research Unit, 1991 Upper Buford Circle, Room 439 Borlaug Hall., St. Paul, MN 55108. Delivery is to be made within 120 days after receipt of award. The vendor shall provide all products on site for USDA-ARS St. Paul, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Capability Statement: Companies who have technically acceptable products, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is NOT expected to be a quote, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), Disadvantaged Small Business, Veteran-Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business, AND/OR an Economically Disadvantaged Woman Owned Small Business (EDWOSB). To be eligible, all companies must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. Submitting a Capability Statements: Responses should be submitted via email to aaron.dimeo@usda.gov by Monday, March 21, 2022 at 5:00 PM�Central Standard Time (CST). Questions in regards to this Sources Sought must be submitted through email to aaron.dimeo@usda.gov. Telephone inquiries will NOT be accepted. NOTE: Funds are NOT currently available for the products we are seeking source for in this Sources Sought posting. As such, if a combined synopsis/solicitation is posted after the conclusion of this Sources Sought NO award will be made unless funds become available. However, if the required funds do become available, the Government intends to award the requirement by NO later than 09/30/2022. Disclaimer: This notice does NOT obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.�Respondents are also advised that under NO obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government MAY issue a combined synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5c229a1314974262a3121962c5eb7e4b/view)
- Place of Performance
- Address: Saint Paul, MN 55108, USA
- Zip Code: 55108
- Country: USA
- Zip Code: 55108
- Record
- SN06265227-F 20220313/220311230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |