Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2021 SAM #7147
SOURCES SOUGHT

66 -- Two Open-Path Infrared Gas Analyzers - Sources Sought

Notice Date
6/24/2021 12:47:35 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0093SS
 
Response Due
7/6/2021 2:00:00 PM
 
Archive Date
07/21/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement or Request for Quote. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, SDVOSB, Women-Owned, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 334516, with a Size Standard of 1,000 employees and the PSC Code is 6630. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following products: 001) Two Open-Path Infrared Gas Analyzers Scope of Work: The USDA-ARS Soil and Water Management Research Unit in St. Paul, MN is seeking sources for open-path infrared gas analyzers. Background: When the LTAR network was established in 2015-2016, our Unit was the only site that already had a relevant experiment in place.� We begun eddy covariance measurements a number of years before in both �business as usual� and �aspirational� systems, as well as in a restored prairie.� However, that meant that some of our equipment was already quite old, and it has required costly repairs.� We were able to replace two of the four gas analyzers with new, improved models a couple of years ago, but the infrared gas analyzers (IRGAs) in our other two measurement fields are nearly 20 years old, and they lack recent improvements.� The most critical of those is a refinement (a low temperature setting) to correct a fundamental flaw in the original design that causes systematic errors in cold-season measurements. It is critical that we have the same analyzer in all four treatments to eliminate those cold season errors in two of the treatments. We are one of 18 sites in the USDA Long-term Agricultural Research network (LTAR).� Each site is comparing the environmental impact and economic sustainability of �business as usual� agriculture for their region with that of an �aspirational� system.� The primary comparison is of the water use and carbon balance of the two systems, conducted with continuous gas exchange measurements by eddy covariance in large (~40 acre) fields. Technical Requirements/Tasks:� Require two open-path infrared gas analyzers that can measure fluctuations in CO2 and H2O concentration at frequencies of 20Hz or better.� Must be compatible with existing sonic anemometer, dataloggers and software. Thermostatic control of the internal circuitry must have separate settings for growing season and cold season. A critical requirement is consistency of equipment across our 4 eddy covariance towers.� This allows us to rotate analyzers among the towers to reduce experimental uncertainty and resolve small differences in CO2 and H2O fluxes with adequate statistical power. We already have replaced two of our older IRGAs within our LTAR site, so this purchase will provide the desired consistency.� This also allows us to use the same software at all sites. Data Rights:� Data produced by these sensors will be maintained by Dr. Baker and other scientists at the Soil and Water Management Research Unit in accordance with their data management plan and the data management plans of the LTAR network. Key Deliverables:� Two (2) Open-Path Infrared Gas Analyzers Delivery: Delivery is to be made to USDA-ARS University of Minnesota, 1991 Upper Buford Circle, 439 Borlaug Hall, St. Paul, MN 55108 within 60 days after receipt of award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS St. Paul, MN and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate their expertise and experience in relation to the areas specified in this notice. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS.�Vendor must include their DUNS# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. Submitting a Capability Statements: Responses should be submitted via email to aaron.dimeo@usda.gov by Tuesday, July 6, 2021 at 4:00 p.m. CST. Telephone inquiries will not be accepted. Disclaimer: 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.�Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received.� After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35d30263df404a4f8623d6dcca09d8f8/view)
 
Place of Performance
Address: Saint Paul, MN 55108, USA
Zip Code: 55108
Country: USA
 
Record
SN06042535-F 20210626/210624230124 (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.