Inactive
Notice ID:12438919Q0003
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 this notice. This announc...
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 this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 12438919Q0003 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2019-02. The NAICS code applicable to this acquisition is 334513. Background The U.S. Department of Agriculture, Agricultural Research Service, Southeast Watershed Research Laboratory, needs 32 sampler controllers for Teledyne ISCO 3710 Samplers. We need to expand our unique sampling design where we utilize the 3710 sampler and readily available small refrigeration unit to collect water samples. Requirements: 32 Brand new Sampler Controllers for 3710 Sampler (Part # 68-3710-004) Specifications: Provide 32 brand new sampler controllers for the 3710 Sampler Manufacturers part number is 68-3710-004 Controller specifications are: Weight - 11lbs Size (HxWxD)- 10 x 12.5 x 10 inches Operational Temperature - 32 degrees to 120 degrees Fahrenheit Enclosure rating: NEMA 4X, 6 IP67 Program memory: Non-volatile ROM Flow meter signal input : 5 to 15 volt DC pulse or 25 millisecond isolated contact closure. Interface port: 8 pin connector; data output at 2400 baud in ASCII. RS-232 format with handshake. Clock accuracy: 1 minute per month, typical, for real time clock Please submit SF18 and any additional paperwork to submit your quote. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government (Price and other factors considered (Technical capability of items and Past Performance)).Winning offeror MUST be registered in www.SAM.gov and have completed the representations and certifications. 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. Please note on your proposal if you will accept a government purchase (MasterCard) card. This solicitation incorporated the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors-Commercial items, 52.212-2 Evaluation -Commercial items, 52.212-3-Offeror Representations and Certifications-Commercial items, 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1, 52.225-3, and 52.225-13. In paragraph C of 52.212-5, the following apply: 52.222-41 and 52.222-55. In addition, the following FAR clauses apply to this solicitation: 52.232-33 Payment by Electronic Funds Transfer 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments' rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 15 days from the date this notice is published in the FedBizOps by 5:00 PM EST time, Jul 18, 2019 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31793 (or PO Box 748, Tifton, GA 31793) or by e-mail at juan.gaytan@usda.gov. POC Juan C. Gaytan, Purchasing Agent, 229-386-3496.