The RFP Database
New business relationships start here

Sonic Anemometers



Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 1252KJ19S0009 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The NAICS code applicable to this acquisition is 334519. This is a total small business set aside.


The USDA-ARS in Urbana, Illinois, has a requirement for TWELVE (12) sonic anemometers for micrometeorological experiments that use the eddy covariance technique. Historically analogue anemometers have been used but upgrades to the infrared gas analyzers, which are coupled with the sonic anemometers, requires digital interface which is not consistent with the existing anemometers.

Minimum specifications:

•·         three dimensional sonic anemometers that record in the U, V, and W coordinates

•·         have a minimum of 30 Hz output rate

•·         provide sonic temperature

•·         provide windspeeds from 0 to greater than 60 miles per hour

•·         provide wind direction from 0‐359 degrees

•·         provide sonic temperature as an output with a range from <‐30 to >50 degrees Celcius

•·         Stainless Steel construction to withstand harsh field conditions

•·         Have outputs in m/s

•·         Must be inherently compatible with LI‐COR LI‐7500 or LI‐7200 Infrared Gas Analyzer 'SmartFlux 2.0' data processing software firmware

•·         Must include required cables to supply power to the anemometer and to interface the sonic anemometer with LI‐COR LI‐7500 or LI‐7200 Infrared Gas Analyzer 'SmartFlux 2.0' datalogger

 

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award, Offerors shall provide 1) technical specifications and part numbers, INCLUDING PRODUCT BROCHURE(S) to fully demonstrate conformance with the solicitation; 2) price and 3) Company's DUNS number.

REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered.

The following provisions and clauses apply to this acquisition and can be found in full text at http://www.acquisition.gov/comp/far/index.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Provide with Quote); FAR 52.204-7, System for Awards Management (ALL OFFERORS MUST BE REGISTERED AND ACTIVE IN THE SYSTEM FOR AWARDS MANAGEMENT DATABASE IN ORDER TO RECEIVE AN AWARD) The website address for registration is: http://www.sam.gov; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-2, Buy American Act Certificate ; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.acquisition.gov/comp/far/loadmainre.html.

 

DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS Urbana, IL 61801. QUOTE PRICE MUST INCLUDE any freight, shipping, handling, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE: Each offeror shall include their proposed delivery schedule as part of their quotation.

The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Acceptability, (2) Net Price and must also have acceptable past performance.

 

Questions relating to this requirement shall be sent via email to Danielle Cooley, Contracting Officer at danielle.cooley@usda.gov and received no later than 2pm Central, Monday, September 23, 2019. Answers to all questions will be provided in the form of a modification to this solicitation. No phone calls will be accepted.

 

Furnish Quotes no later than 2pm Central, Tuesday, September 24, 2019 to Danielle Cooley, Contracting Officer at danielle.cooley@usda.gov. Quotes will only be accepted via email, no phone calls will be accepted.


Danielle Cooley, Purchasing Agent, Phone 765-494-5607, Fax 765-494-1705, Email danielle.cooley@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP