McCrometer Portable Test Meters/ Equivalent
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 number is 12405B19Q0026 and is issued as a request for quotation (RFQ). The NAICS code is 332996, Fabricated Pipe and Pipe Fitting Manufacturing. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2019-02_2. The USDA, ARS, SWMRU intends to procure qty twenty-one, 6" McCrometer Portable Test Meters/ Equivalent. The Test Meter is a complete propeller-type flowmeter for stream metering which is factory configured for energy metering or mass flow of the water in the irrigation system. The Portable Test Meter must be equipped with the following minimum specifications: 1. Mechanical propeller type (minimum three blades), surface flow, horizontal mount 2. Flow tube diameter of 6" 3. Fabricated stainless steel saddle to protect from corrosion 4. High impact material impellers that can retain shape and accuracy at high pressure, calibrated 5. Stainless steel bearings, fully lubricated to support stainless steel impeller shaft 6. Digital register for instantaneous flow rate and total flow with six-digit reading powered by lithium-ion batteries 7. Totalization readings in standard units such as gallons, acre-inch, and cubic meters or other standard units 8. Instantaneous flow rate in gallons per minute, cubic feet per second, liters per second, and other standard units 9. Register housing (aluminum case) to protect both the register and cable drive system from moisture, cover with locking hasp 10. Maximum flow rate of 1200 gallons per minute and minimum flow rate of 90 gallons per minute 11. Upstream and downstream tube with flow straightener vane 12. Accuracy of the flow: ±2% or less 13. Total accuracy or repeatability: ±0.25% or less 14. Resist pressure up to 150 psi 15. Resist temperature up to 160°F 16. Extension unit that extends the register up from the surface of the flow meter 17. Permanent type magnet in the meter The meter is to be delivered to the Sustainable Water Management Research Unit (SWMRU), 4006 Old Leland Road, Leland, Mississippi 38776. Any quotes not meeting the minimum specifications will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote. 2) at least 3-5 references (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; and 3) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. DELIVERY: FOB Destination. Deliver to Sustainable Water Management Research Unit, 4006, Old Leland Road, Leland, Mississippi 38776. QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced 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. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, August 5, 2019. Quotations are to be addressed to Shalunda Mix, Contract Specialist, at shalunda.mix@ars.usda.gov or USDA, ARS, SEA, P. O. Box 225, 141 Experiment Station Road, Stoneville, MS 38776-0225. Additional information may be obtained by contacting the Contracting Officer by email.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »