SOLICITATION NOTICE
66 -- Water level & temperature loggers & accessories
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
- ZIP Code
- 61604
- Solicitation Number
- AG5522C12AA18
- Archive Date
- 9/27/2012
- Point of Contact
- LuAnn K. Therrian, Phone: 517-337-6825
- E-Mail Address
-
luann.therrian@ars.usda.gov
(luann.therrian@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation No. AG5522C12AA18 is being issued as a Request for Quotes RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The NAICS code applicable to this acquisition is 334519 with a small business size standard in number of employees of 500. This requirement is a (Small Business) set-aside and only qualified may submit bids. The USDA, ARS, MWA, SDRU, Columbus, OH has a requirement/need to purchase the following: Qty Description 87 - Levelogger Junior Edge water level & temperature logger, 5m range #110241 28 - Barologger Edge, air only 2 - Standard USB communication package, Includes optical reader, PC software & user guide 1 - Wireline suspension cable assembly, 300' CHARACTERISTICS ARE: The equipment must meet the following specifications: the same as the above mentioned items. There are a number of the above mentioned sensors already deployed for collecting data in the research applications. We also have the communication accessories and the software to enable and interrogate the sensors and their on-board memory therefore "Equal" items must be compatable. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their proposals adequate descriptions and specifications of alternate items to substantiate the "or equal" designation and all information requested in 452.211-711, Equal Products Offered. 452.211-711 EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product. 1. Offered product name 2. Description and specifications of alternate items to substantiate the "or equal" designation 3. Manufacturer's name 4. Manufacturers address (b) Offerors are responsible for submitting all additional information on the above product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. (end of clause) 452.211-70 BRAND NAME OR EQUAL (NOV 1996) (As used in this provision, the term "brand name" includes identification of products by make and model.) (a)If items are called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c) (1) If the offeror proposes to furnish an "equal" product or products, the brand name(s) if any, and any other required information about the product(s) to be furnished shall be provided with the offerors proposal. The evaluation of offerors and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and id not reasonably available to the contracting activity. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR 52.204-7, Central Contractor Registration All Offerors must be registered in the Central Contractor Registration CCR Database in order to receive an award. The website address for registration is; http://www.ccr.gov SHIPPING: FOB Destination. 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, and unit price per item and total price; 2. descriptive literature, brochures, information on service and support; and 3. Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERICAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html. DELIVERY TO: USDA-ARS-MWA-SDRU, RM 234, Ag Engineering Bldg. 590 Woody Hayes Dr. Columbus, OH 43210. QUOTE PRICE MUST INCLUDE: any freight or shipping, as well as any applicable duties, brokerage, or customs fees. EVALUATION & AWARD FACTORS The Government will award a contract resulting from this solicitation to the responsible Offeror (s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and equipment specifications. The contractor shall provide a copy of its standard commercial warranty -if applicable- with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www/fbo/gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish quotes to LuAnn Therrian, Contracting Officer, USDA/ARS/MWA/ADOL, 4279 E. Mt. Hope Rd., East Lansing, MI 48823, no later than 2:00 p.m., ET, September 12, 2012. Please note on the outside of your envelope: AG5522C12AA18. Point of contact for this acquisition is LuAnn Therrian, Contracting Officer, (517) 337-6826, fax (517)337-6634, email: luann.therrian@ars.usda.gov Responses may be mailed (Hard Copy), faxed or email quotes are acceptable, but it is the contractor's responsibility to verify receipt of the quotation with the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG5522C12AA18/listing.html)
- Place of Performance
- Address: USDA/ARS/MWA/SDRU, Rm 234 Ag Engineering Bldg., 590 Woody Hayes Dr., Columbus, Ohio, 43210, United States
- Zip Code: 43210
- Zip Code: 43210
- Record
- SN02858648-W 20120830/120829000530-3cc393191ffcbc52dded8e0bb23bbcc7 (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 |