Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOURCES SOUGHT

99 -- Water Quality Monitoring System

Notice Date
4/28/2020 8:11:21 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B20SS999288
 
Response Due
5/1/2020 1:00:00 PM
 
Archive Date
05/16/2020
 
Point of Contact
Kristen Turner, Phone: 3096816624
 
E-Mail Address
kristen.turner@ars.usda.gov
(kristen.turner@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS FOR MARKET RESEARCH PURPOSES ONLY, NOT A REQUEST FOR PROPOSAL OR SOLICITATION Agricultural Research Services (ARS) is conducting market research to support the Application Technology Research Lab with a service requirement for seed transformation. The ARS is seeking business sources, including small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies, and other than small businesses. The associated North American Industry Classification System (NAICS) Code is 333318 water treatment equipment manufacturing. Small Business Size Standard is 1,000 employees. The following information is provided to assist the ARS in conducting market research to identify potential contractors for this effort and is seeking capability statements from businesses capable of providing the following: The Government has a requirement for a water quality monitoring system which shall meet the following minimum specifications: Ability to sense and record sonde depth Minimum of 10-meter depth (approx. 16 meter or greater field cable) Sonde to include a minimum of 6 interchangeable ports that allows for specific sensors to measure conductivity, temperature, pH, turbidity, dissolved oxygen (optical), oxygen reduction potential, and total algae. Anti-fouling measures (i.e. a protected and replaceable wiper) must be included to ensure precise and accurate data.� Handheld waterproof meter with onboard memory to record data, rechargeable battery, GPS and temperature compensated barometer. SDI-12 connection to interface with waste and storm water sequential/composite auto samplers Minimum of 66-meter flying lea cable to connect to shore-based datalogger. Data and software compatible with YSI sondes for data continuity and integrity with Virginia Tech and Clemson collaborators.� Place of Performance: Application Technology Research Lab 1680 Madison Avenue Wooster, OH 44691 Respondents shall furnish sufficient technical information necessary for the Government to conclusively determine that they are capable of meeting the technical requirements identified above. Firms believing they can meet the requirements are encouraged to respond electronically with no less than the following information: � Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number, and email address; � Sufficient descriptive literature that unequivocally demonstrates that offered services will meet or exceed above specifications; � Descriptive material necessary for the government to determine whether the service offered meets the technical requirements; � If a large business, provide if subcontracting opportunities exist for small business concerns; � Though this is not a request for quote, informational pricing is encouraged. The Government is not responsible for locating or securing any information, not identified in the response. Interested Parties must respond with capability statements by email to Kristen.turner@usda.gov on or before May 1, 2020 at 3:00 PM Central Standard Time. Notice of Intent: Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition, or procure through sole-source acquisition procedures. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8aaa9cb9c1f4b1fb651c3b94c16dc63/view)
 
Place of Performance
Address: IA 44691, USA
Zip Code: 44691
Country: USA
 
Record
SN05638724-F 20200430/200428230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.