Flow Meters and accessories
All quotes and revisions shall be submitted to Karen Gardner via email at Karen.Gardner@ars.usda.gov. Quotes and all revisions are due no later than March 26, 2019, 3:00 PM Eastern Standard Time. Offe... All quotes and revisions shall be submitted to Karen Gardner via email at Karen.Gardner@ars.usda.gov. Quotes and all revisions are due no later than March 26, 2019, 3:00 PM Eastern Standard Time. Offerors shall ensure the RFQ number is visible in the subject line of the email. Faxed quotes shall not be accepted. 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This solicitation is a Full and Open Competition. The associated NAICS code is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) Size Standard 750 employees. The government anticipates a Firm Fixed price contract for two Brand Name or Equal to YSI Incorporated Sontek-SL Flow Meters and accessories. This item is pending availability of funding. This acquisition is for the following items as identified in the Contract Line Item Number (CLIN): •01) Sontek SL1500-3G side-looking Doppler Current Meters or equivalent 2 ea $_____ •02) Sontek SL Mounting Frame Assembly or equivalent 2 ea $_____ •03) SL and SW Mounting Frame sections or equivalent 2 ea $_____ •04) Mounting frame handle bar carrier or equivalent 2 ea $_____ •05) External battery case or equivalent 2 ea $_____ •06) 20-m power cable or equivalent 2 ea $_____ Salient Characteristics for the two Side-Mounted Acoustic Doppler Current Profiler (ADCP) Flow Meters and accessories. The Unit shall: •1. be compatible with a USDA ARS-owned Sontek Flowtracker2 Acoustic Doppler Velocimeter •2. be capable of mobile discharge measurement that can be made from bridges •3. have a velocity profile range of +/7 m/s •4. have a depth range of up to 10 m •5. Depth accuracy of 0.1% (> 3m) •6. Velocity accuracy of 1% of measured velocity •7. Velocity resolution of 0.0001 m/s •8. Maximum number of cells of at least 128 •9. Minimum channel width of 1 m •10. One year part and labor warranty •11. Delivery FBO Destination The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, ARS, Pasture Systems & Watershed Management Research Unit, One State Bog Road, East Wareham, MA 02538 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract for two (2) units each and accessories "Pending Availability of Funding." Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Include Warranty information with your quote. Quotes should be valid for 90 days from date of submission. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping) and must also have satisfactory Past Performance. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration: AGAR 452.204-70 Inquiries; 52.211-6 Brand Name or Equal (Aug 1999); FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.217-5 Evaluation of Options; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dunn and Bradstreet) number is required in order to register. All invoices shall be submitted electronically using the Invoice Processing Platform system at www.ipp.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »