Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

66 -- Optical Particle Counter

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ79-06
 
Response Due
9/18/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ79-06 is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP) and is a Small-Business Set-Aside. The North American Industry Classification System Code (NAICS) code is 334516. The USDA-ARS-National Soil Tilth Laboratory, Ames, Iowa, has a requirement to purchase (3 each) Optical Particle Counters. Specifications for Particle Counter Assembly with Datalogger: a. Optical, Light-scatter using a laser diode for measurement, b. Detectable particle sizes of 0.3 micron to TSP, c. Flow rate of 0.1CFM (2.83 LPM), d. Three measuring modes: mass concentration, particle counter, concentration, e. Sample interval of 2-999 seconds, f. RS232 output and data logger compatible (includes data logger programming), g. Power: 12 VDC and AC, h. Temperature range from 0 to 50 C, i. Weight: approximately 1 pound, j. Size: approximately 4.5 inches x 6.5 inches, k. Software: real time data logging and graphing, remote operation Bypass flow standard, l. 240 watt solar array plus 240 amp hour battery backup to supply 1.2 amps of continuous power, m. Manual and Calibration Certificates and, n.Programming documentation for custom data logger programming. PURCHASE TO CONSIST OF THE FOLLOWING: (1) 8 channel particle counter assembly, customized version for USDA, includes AC power supply (Met One #61505 or EQUAL, 3 each), (2)Customized heated sensor inlet assembly(Met One #61505-1 or EQUAL, 3 each), (3)Customized air sheath option for high particulate environments such as swine confinement facilities (Met One #61505-2 or EQUAL, 3 each)(4)Data Logger System, includes enclosure (Campbell CR1000, Met One #61505-3 or EQUAL, 3 each), (5) Solar Power System to include PR230-12-240 solar array for USDA;consists of 240 watt solar array and 240 amp hours of battery backup;complete and ready for installation bases on a requirement of 1.2 amp power requirement (Met One #61509 or EQUAL, 3 each), (6)Write custom programming for data logger with software specific for USDA application, (7) Special system documentation for USDA custom modules with steps made available to the USDA, and (8) Manuals and calibration certificates. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Item; 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 Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6 and 52.225-13. The above FAR clauses may be viewed in full text at www.acquisition.gov. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before September 18, 2006. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors shall identify where the offered item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is September 20, 2006. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS-NATIONAL SOIL TILTH LABORATORY, 2150 PAMMEL DRIVE, AMES, IOWA
Zip Code: 50011
Country: UNITED STATES
 
Record
SN01141913-W 20060915/060913220356 (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.