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