SOLICITATION NOTICE
15 -- Data Mapping Drone for the USDA, ARS, SAWS in Davis, CA
- Notice Date
- 8/1/2022 1:48:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
- ZIP Code
- 94710
- Solicitation Number
- 12905B22Q0120
- Response Due
- 8/9/2022 2:00:00 PM
- Archive Date
- 08/24/2022
- Point of Contact
- Shelley C. Steen, Phone: 208-421-5562
- E-Mail Address
-
shelley.steen@usda.gov
(shelley.steen@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures contained in FAR Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures, 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. This acquisition is for the selected contractor to provide a data mapping drone/system that can be readily deployed and deliver ultra-high- resolution imagery to quantify crop-water use. We require one RPA unit, which includes a drone and ancillary equipment necessary for mission planning and flight operation and fits existing sensing equipment. During each mission, the unit captures multispectral and thermal imagery at a sub-centimeter scale and collects various meteorological measurements used for atmospheric profiling across various vineyard and orchard sites. The imagery and data captured from this system will enable us to analyze energy fluxes, which improves our understanding of how irrigated agriculture systems are responding to site management decisions and environmental changes. The solicitation number is 12905B22Q0120 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06 dated May 26, 2022. This solicitation is issued as a total Small Business set-aside.� The associated NAICS code is 336411.� The the small business size standard is 1,500 employees. List CLINS, item descriptions, quantities and units of measure: CLIN1 � Drone package with hard case and payload adapter kit CLIN 2 � Additional set of flight batteries (1 set of two) CLIN 3 � Field charging equipment CLIN 4 � Second year warrantee CLIN 5 � All freight, shipping, handling, crating and delivery charges to the delivery location Description/Statement of Work/Specification:� Please see minimum requirements and specifications Date(s) and place(s) of delivery and acceptance: The required delivery date is 90 days after award. The destination/delivery location is the USDA, ARS, SAWS at 230 Hopkins Road in Davis, CA� 95616 All items shall be sent FOB Destination.� All costs for shipping, handling, freight and delivery to the delivery location must be included in your quote. FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Please see the attached RFQ terms and conditions for the submission requirements. Evaluation: For the evaluation criteria, please see the attached RFQ terms and conditions. Offerors are required to complete in full FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer online at SAM: www.sam.gov. An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid. See the attached RFQ terms and conditions for more requirements. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Please see the attached RFQ terms and conditions for its Addendum. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is incorporated and applies to this acquisition. Please see the attached RFQ terms and conditions that are applicable to the acquisition. A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: NIA. The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. Date, time and place offers are due.� Offers are due by August 9, 2022 at 2pm Pacific time. Submit offers to the following e-mail address(es), by the offer due date and time: shelley.steen@usda.gov Any and all questions regarding this solicitation shall be submitted in writing to Shelley Steen, at shelley.steen@usda.gov no later than August 5, 2022 at 2pm Pacific time. INSTRUCTIONS:� Quote submission must include:� Email quote as described above including pricing, signatures, Unique Entity Identifier (UEI) #.� Acknowledgement of any solicitation amendment(s) on the SF-30.� Active registration at SAM.gov (required at quote submission or your quote will not be accepted).� Complete fill-in certifications and annual representations for FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items, in the System for Award Management (SAM) system online.� Completed electronic annual representations and certifications at SAM.gov. Complete fill-in certification for FAR 52.204-20, FAR 52.204-24, FAR 52.204-26, and FAR 52.209-11 in your SAM.gov profile under Reps and Certs. No submission required if reps and certs are completed at SAM.gov. The government will validate this is completed at time of quote receipt. If not filled out in SAM.gov, these shall be filled out and accompanied with your quote.� EVALUATION:� In accordance with FAR 13.106-2, the evaluation for this award will be based on lowest price for all CLINs and the quoter�s compliance with the terms and conditions for this RFQ. The quoter shall possess all necessary certifications to perform the work specified in the requirements in order to be eligible for award. Prices quoted must reflect the quoter�s understanding of the requirement, ability to perform, and be considered fair and reasonable to the Government.� Note that a price evaluation will be performed to determine the reasonableness of the quoted price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate (IGE) or to any other information the Contracting Officer deems useful in their discretion. The Government will look at whether a quoted price is too high, possibly indicative of capabilities that exceed those needed for successful performance of the work; and may also consider whether a quoted price is too low, since this may indicate a lack of technical understanding on the quoter's part or a performance risk associated with the quote that the agency may not be willing to accept.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e51ddbe369f444aadb0df26c6f53b6b/view)
- Place of Performance
- Address: Davis, CA 95616, USA
- Zip Code: 95616
- Country: USA
- Zip Code: 95616
- Record
- SN06409182-F 20220803/220801230130 (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 |