Loren Data Corp.

'

  
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