Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1997 PSA#1837

USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350

66 -- SPECTRORADIOMETER SOL 14-3K47-97 DUE 053097 POC Keina Burrier (301) 504-5888 This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number 14-3K47-97, is issued as a Request for Proposals (RFP), and incorporates provisions and clauses that in effect through Federal Acquisition Circular 90-45. This requirement is 100% set aside for small business. The standard industrial classification code is 3826, with a small business standard of 500 employees. The Government intends to negotiate non-competitively with Geophysical & Environmental Research Corp., One Bennett Common, Millbrook, NY, 12545. Under the authority of 41 U.S.C. 253(c)(1) when there is reasonable basis to conclude that the agency's minimum needs can only be satisfied by (I) unique supplies available from only one source. This highly specialized instrument will be used in research by the USDA, Natural Resources Institute, Remote Sensing & Modeling Laboratory, Beltsville, Maryland. This instrument is required for research in the field, mounting on a truck-mounted boom, tripod, and a helicopter mount for measurements of live and dead plant materials, soils, and other materials. This instrument will be utilized in the laboratory for use with an illuminating apparatus to measure reflectance of materials under controlled illumination conditions. Also as an attachment to an integrating sphere for leaf optical measurements (reflectance and transmittance), either in a laboratory or field setting. The proposed contract will include the following: Line Item #1: Spectroradiometer GER 3700 System Complete with field case, two 12V batteries, one 12V battery charger, one 3.5" backup disk, one 2 meter computer cable, manual and field of view diagram. Line Item #2: Computer integration for customer supplied computer. Line Item #3: One meter fiber optic light guide 1/4". Line Item #4: 10 degree FOV foreoptic. The following minimum requirements are provided: Instrument must be suitable for field and laboratory measurements. The ability of user to change optics in the field. Ability of user to use either lens optics or fiber optics. The ability of user to remotely control the device using standard computer cables. The ability of user to make spectral measurements out to 2500 nm. The ability of user to use the computer for other applications. The ability of user to make own calibration measurements and to control when and how the calibrations are applied. The computer must have a floppy disk drive for in-field backup of data from the hard disk drive. Spectral Wavelength Accuracy: plus or minus 1nm. Integration times: 13 ms and up, programmable. Full Scan Time: .5 seconds and up. Radiometric calibration accuracy: 10 degrees to 30 degrees C. Radiometric response: correctable to 0.5/k, 350 nm to 2500 nm range. Short Term Stability: Less than 1% drift after DCC over 30 minutesat constant ambient temperature. Dynamic Range: 10 degrees to Zenith sun reflected off spectralon SRT 99 Panel. Spectral Order Effects: Second Order suppression by filter and Splitters. Electronics: 16 bit A/D converter. Construction: Dust and Water Resistant Enclosure. Display: Real-time graphic on computer screen of radiance/reflectance or raw data. Power Requirement: 12 VDC Gel Cel Battery (rechargeable). Dark Current Correction: Automatic. Operation Environment: minus 10 degrees to 50 degrees C standard, 10% to 90% RH non-condensing. Mounting: Instrument is tripod mountable or operated by hand. Warranty: One year from date of shipment covering parts and labor due to materials or workmanship. The delivery is FOB destination to the Beltsville Agricultural Research Center, Beltsville, Maryland. Delivery is required on or about August 30, 1997 or 90 days after award. Any interested/qualified source who believes they can provide the required equipment must respond by 3:00 p.m. May 28, 1997. All such responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability, past performance and price. Technical capability and past performance, when combined, are approximately equal to cost or price. Responses shall include literature, brochures and other such information corresponding to the required items which demonstrates the capabilities of the offeror's equipment. The following FAR clauses and provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Award to a technically acceptable offeror, at a fair and reasonable price; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52-212-4, Contract Terms and Conditions-Commercial Items. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues of Executive Orders-Commercial Items, will apply to the resultant contract: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 and 52.225-21. All offerors must include a completed copy of FAR 52.212-3 with their response. (0120)

Loren Data Corp. http://www.ld.com (SYN# 0323 19970502\66-0016.SOL)


66 - Instruments and Laboratory Equipment Index Page