COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661 USDA-ARS-SAA, Richard B. Russell Center, 950 College Station Road,
Athens, GA 30605-2720 66 -- METHANE LASERS SOL RFQ-037-4384-00 DUE 082800 POC Elaine Wood,
706-546-3534 E-MAIL: Click here to contact the contracting officer,
woode@ars.usda.gov. 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 announcement constitutes the only solicitation; quotations
are being requested and a written solicitation will not be issued. This
solicitation number RFQ-0037-4384-00 is issued as a request for
quotation and incorporates provisions and clauses that are in effect
through FAC 97-14. This RFQ is issued on an unrestrictive basis.
General specifications and application of instruments: USDA, ARS has a
requirement for two open path lasers for measuring methane under field
conditions. These instruments are needed for performing flux
measurements to validate new stochastic dispersion models. This work
will involve many measurements over many different paths of varying
path length. Unique characteristics must include: 1. Laser measurement
be be gas-specific and must not suffer from interference from other
gases which might be in the environment. 2. Must have a minimum
delectable limit of 1.5 ppmm with respect to methane in field
measurement situations. 3. Equipment must be such that no adjustment or
recalibration is needed when it is moved to a location or set up in a
new situation. The signal phasing must be correct regardless of path
length. Paths from 1 to 1000m must be possible without requiring phase
adjustment or recalibration. Must be self-calibrating with built-in
permanent calibration, reference cell. 4. System must be designed to
work with approximately 10% or more of the outgoing laser light being
returned to the system detector. 5. Must have a rough or initial aiming
using a telescope or similar manner and an on-board visible aiming
laser for fine adjustment. Final fine-tuning must be accomplished by
optimizing the light level reading generated by the photo-detector from
the returned invisible near-infrared beam used for gas measurement. 6.
Must include at least 2 retroreflector arrays (6 element OPTICON 39
arc.sec. with enclosure). 7. Must include software for data logging and
display of data. 8. Must have continuously-updating data quality
diagnostic (r-squared) capability. 9. Must be portable with battery
operation. Delivery is required within 30 days ARO. Delivery is FOB
Destination to USDA, ARS, Watkinsville, GA. Descriptive literature
showing the quoted item meets or exceeds all specifications included
herein must accompany the quotation. The government anticipates award
of a contract resulting from this solicitation to the
responsive/responsible offeror whose offer conforms to the solicitation
and is most price advantageous to the government. The provision at
52.212-2, Evaluation-Commercial Items, applies to this acquisition. The
contracting officer will make award based on price and price-related
factors. Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror/Representations and Certifications-Commercial
Items, and FAR 52.222-70, Compliance with Veterans Employment Reporting
Requirements with its proposal. Far 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statues or
Executive Orders -- Commercial Items, applies to this acquisition. The
following FAR clauses cited in 52.212-5 are applicable to this
acquisition: 52.203-6; 52.203-10, 52.219-8; 52.222-26; 52.222-35,
52.222-36, 52.222-37; 52.225-3; 52.222-18; 52.225-21. The contractor
shall extend to the Government the full coverage of any standard
commercial warranty normally offered in a similar commercial sale,
provided such warranty is available at no additional cost to the
Government. Acceptance of the standard commercial warranty does not
waive the Government's rights under the Inspection clause nor does it
limit the Government's rights with regard to the other terms and
conditions of this contract. In the event of a conflict, the terms and
conditions of the contract shall take precedence over the standard
commercial warranty. The contractor shall provide a copy of its
standard commercial warranty (if applicable) with its response.
Responses are due 10:00a.m.local time, August 28, 2000, at USDA
Agricultural Research Service, 950 College Station Rd, Athens, GA
30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood,
Contract Specialist, 706/546-3534 or fax 706/546-3444. Posted 08/08/00
(W-SN483822). (0221) Loren Data Corp. http://www.ld.com (SYN# 0271 20000810\66-0004.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 8, 2000 by Loren Data Corp. --
info@ld.com
|
|
|