|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604USDA -- ARS -- MWA, 1561 Lindig Street, St. Paul, MN 55108 66 -- LI-COR OPEN PATH ANALYZER & CAMPBELL SCIENTIFIC DATALOGGER SOL
3640-00-03 DUE 061900 POC Pam Groth 651-649-5047 E-MAIL: Contracting
Officer: Pam Groth, groth005@tc.umn.edu. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional
information included in this notice. This notice constitutes the only
solicitation; Quotations (RFQ) are being requested and a written
solicitation will not be issued. This solicitation is being issued as
Request for Quotation number 3640-00-03. The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular number 97-15. SIC Code is 3826 and the
size standard is 500 employees. Contractor to provide the following
items: (1) 2 each of LI-7500 Open Path CO2/H20 Analyzer; Background and
Salient Characteristics: measures CO2 and H2O surface fluxes using
eddy-covariance techniques, SDM interface, draws 850 mA from 12V
source, operates over a large temperature range (-25 to 50 degree C).
and (2) 1 each of CR23X datalogger; Background and Salient
Characteristics: ideal for portable or laboratory applications,
compact, self-contained, built-in alphanumeric keyboard/display, must
be compatible with the analyzer, temperature range -25 to +50 standard,
-55 to +80 extended; input/output connections, I/o port, and computer
RS-232. The evaluation of quotes and the determination as to equality
of the product shall be the responsibility of the Government and shall
be based on information provided by the vendors. The Government is not
responsible for locating or securing any information which is not
identified in the quotation and reasonable to the purchasing activity.
To insure that sufficient information is available the vendor must
furnish as part of their quote all descriptive material necessary for
the purchasing activity to determine whether the products meet all
salient characteristics of this requirement. The Government will award
to the responsible offeror whose offer conforms to this solicitation
and will be most advantageous to the Government, price and other
factors considered. The following factors shall be used to evaluate
offers, the ability to meet the technical requirements, past
performance, and price. Technically acceptable proposal must show that
the offeror can meet the requirements of the Government. Items are to
be quoted FOB Destination and delivery shall be made to: USDA-ARS-MWA,
Soil & Water Research Unit, 439 Borlaug Hall, 1991 Upper Buford Circle,
St. Paul, MN 55108, within 30 days of award. Acceptance time will be 60
days from bid opening date. The following FAR provisions and clauses
apply to this solicitation: 52.212-1 Instructions to
Offerors-Commercial, 52.212-3 Representations and
Certifications-Commercial Items, 52.214-4 Contract Terms and
Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions
including clauses incorporated by reference under section (b) (6);
52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American
Act-Supplies (41 U.S.C.10). Offerors shall submit a price for each item
on company letterhead, past performance information to include a
minimum of four references; contact name, company name, address, phone
number and fax number, and include a completed copy of 52.212-3 to the
Contracting Officer at the address indicated above by March June 19,
2000 at 4:00 p.m. local time. Faxed quotes will be accepted at
651-649-5055. All responsible sources will be considered. Posted
05/17/00 (W-SN456018). (0138) Loren Data Corp. http://www.ld.com (SYN# 0249 20000519\66-0010.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|