Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2020 SAM #6791
SOLICITATION NOTICE

66 -- H Flumes For Nutrient Management System Paired Watershed Site

Notice Date
7/1/2020 5:16:16 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
USDA ARS MWA MADISON LSS MADISON WI 53706 USA
 
ZIP Code
53706
 
Solicitation Number
12561520Q0050
 
Response Due
7/17/2020 12:30:00 PM
 
Archive Date
08/01/2020
 
Point of Contact
Laura Jones, Phone: 6088900047
 
E-Mail Address
laura.jones@usda.gov
(laura.jones@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number 12561520Q0050 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. This solicitation will be a 100% Total Small Business Set-Aside.� The associated NAICS code is 334513 with a small business size standard of 750 employees and the PSC code is 6680. The Department of Agriculture (ARS) has the need for the following products: �Fiberglass 2 Foot H Flume (6 Foot Approach) � 3 each �Fiberglass 2 Foot H Flume (4 Foot Approach) - 1 each �LED Termination Kit � 4 each Scope of Work: � The USDA-ARS Marshfield, WI location is the Nutrient Management Systems Trial site it is a long-term runoff collection paired watershed site with a permanent automatic runoff sampling system.� It was established in 2006 with four watersheds, the site is currently in the treatment phase of a grazing trial study where the effect on runoff of different intensities of grazing (continuous, permanent paddock, and adaptive management) are being compared to a conventional forage harvest with manure application. �������� Background: �The flumes at the site (4 total) are 14 years old and have degraded over time.� The original setup had flumes attached to plywood approaches which are beyond repair at this point.� We would like to replace the existing set up with fiberglass single piece flumes with approaches to minimize leak potential and be a more long-term solution to the plywood pieces which are more vulnerable to wear when exposed to the weather year round. This site will continue to be used for runoff collection studies for the foreseeable future. �������� Technical Requirements/Tasks:� We require 4 single piece fiberglass flumes with approaches to be supplied to our location. We require the flume type and size to be: 2.0� H flumes with specified approach lengths (3 � 6� length; 1 � 4� length). Each flume will have an English staff gauge installed. We prefer flumes to have embedded heating mechanism. 1 Year Warranty � � � ��Deliverables / Schedule:� Flumes should be delivered by November 2, 2020. Delivered items will be inspected upon arrival for defects and deviations from specifications. Shipping/Freight/Delivery Flumes will be delivered to the USDA ARS 2615 Yellowstone Drive Marshfield, WI. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for� Award Management (SAM) with a current and active registration. A contractor can�contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Vendor must also include their DUNS# on their quote. The submission and payment of invoices on the resulting contract will be made�through the Invoice Processing Platform (IPP). As such, vendors must be currently�registered or register in IPP in order to be able to submit and receive payment on�invoices for the resulting contract. Offerors responding to this announcement shall�submit their quote on SF-18 (see attached). The quote should include all fees,�delivery charges, and/or surcharges. This will be a tax-exempt purchase.�Vendors quotes will be evaluated based on technical capabilities of the items being�offered and price. The Government anticipates award of a Firm Fixed Price contract. Only electronic submissions will be accepted. Please email all quotes in writing on�the SF-18 to laura.jones@usda.gov by no later than Friday, July 17, 2020 at 2:30pm�Central Standard Time. Questions regarding this combined synopsis/solicitation�must be submitted through email and are due no later than 2:30 PM CST on�Tuesday, July 14, 2020. Answers to any questions received by that time will be posted an�amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fc5ba189d6940699409bf451ba938a2/view)
 
Place of Performance
Address: Marshfield, WI 54449, USA
Zip Code: 54449
Country: USA
 
Record
SN05710321-F 20200703/200701230149 (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.