SPECIAL NOTICE
66 -- C02 Analyzer and Relative Humidity Sensor Add-in for VMA-5 Units
- Notice Date
- 5/10/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 912651
- Archive Date
- 6/2/2018
- Point of Contact
- John C. Wilkinson, Phone: 301-504-1731
- E-Mail Address
-
john.wilkinson@ars.usda.gov
(john.wilkinson@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. Department of Agriculture, Agriculture Research Service, intends to award a Sole Source Procurement to the following vendor: PP System International, Inc. who is a small business, located at 110 Haverhill Road, Suite 301, Amesbury, Mass. 01913-2119. Required Delivery Date: Ju ne 23, 2018. T his requirement is reserved for small businesses under NAICS code: 334516. Minimum requirements for the above instrument: USDA, ARS, requires the following: Part Number: AGA555, WMA-5 C02 Gas Analyzer, C02 range: 0-2000 ppm, Quantity of twenty each; and Part Number STD547, Humidity Sensor, Quantity of twenty each. Desired Use: U.S. Dept. of Agriculture's Research on Crop and Weed responses to climatic changes require the above stated instruments for monitoring C02 and relative humidity concentration in twenty controlled environment chambers. The above instruments send a signal to a microprocessor which injects or removes C02 from the chamber to control the concentration at programmed set concentrations. The above stated C02 Analyzers have built -in sampling pumps and a unique automatic airflow cut-off to prevent water from entering the analysis cell. This prevents catastrophic damage that often occurs with other analyzers when the controlled environment chambers are run at high humidity. Additionally, only the above stated analyzers are compatible with the mounting system wiring and programming of the existing USDA owned chambers and controllers of the U.S. Dept. of Agriculture owned Growth chambers. The following are applicable: Purchase Order Terms & Conditions for the above requirement: Commercial Items through Federal Acquisition Circular 2005-95 Clauses/Provisions Incorporated by Reference : This order incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following address: https://www.acquisition.gov/far. 52.212-5 - Commercial Items (Feb. 2016 ) 52.204-7 System for Award Management (Jul 2013) 52.204-13 System for System for Award Management Maintenance (Jan 2014) 52.204-16 Commercial and Government Entity Code Reporting (July 2015) 52.204-18 Commercial and Government Entity Code Maintenance (July 2015) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (nov 2015) 52.223-1 Bio-based Product Certification (MAY 2012). 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Sep 2013). 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) THIS NOTICE INTENT IS NOT A REQUEST FOR QUOTATIONS. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. The purchase made will be made under simplified acquisition procedures, other than Full and Open Competition authorized by FAR 6.302-1, and Statutory Authority: 10 USC 2304 (C ) ( 1) as implemented by FAR6.302-1 Vendors who believe they can provide the above, are invited to submit substantiating documentation via email to John.Wilkinson@ars.usda.gov by no later than May 18, 2018 e.s.t. Oral Communications are not acceptable responses to this notice. This notice is for informational purposes only and is not to construed a commitment by the Government. Anticipated Award Date is May 23, 2018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/75de21601283df73f2ff3c1014e80cd3)
- Record
- SN04919031-W 20180512/180510230947-75de21601283df73f2ff3c1014e80cd3 (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 |