This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation: quotes are being requested and written solicitation will not be issued. Solicitation number 12612120Q0025 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. This solicitation will be 100% Total Full and Open. The associated NAICS code is 334513, with a size standard 750 people and the PSC code is 6680
Define Minimum Requirements
Provides measurements of NzO, CHa and HzO mole fractions
Must be capable of rapid and precise measurement: NzO concentration precision (1 standard
Deviation) of 0.6 ppb in a I second measurement and 0.4 ppb in a 3 minute measurement. CHa
Concentration precision of6 ppb in a I second measurement and 3 ppb in a 3 minute
measurement.
Laser used for measurements must operate at a wavelength of longer than 2 microns to provide
required sensitivity and specificity.
Analyzer must have a dynamic range of at least 0 - l0 ppm for both N2O and CH4
Must operate under wide environmental conditions (10-35 degrees C and 0-100% noncondensing
relative humidity)
Concentrations of other atmospheric gasses, including elevated concentrations of C02, must not
interfere with measurement of N2O and CH4.
Must include a controller and embedded data logger
Must be compatible with recirculating air systems for chamber flux measurement
Must have a gas flow response time (1/e) , with standard internal vacuum pump, be less than 10 seconds.
Power:
Must operate on AC or DC power with appropriate adapter
Adapter must be available to power off a car battery
For field measurement, must provide low power draw, less than or equal to I 80 W
Field portability and serviceability
Must be designed for field use
Must weigh less than 26 kg and reside in a compact crushproof case
Dimensions of the main measurement unit must not be larger than 20" x 24" x 8"
Cavity mirrors must be field serviceable for cleaning with no need to send cell or unit to
manufacturer for cleaning or alignment.
Must include kit for servicing cavity mirrors
Must include spare parts kit
Must include remote access and control capability
This acquisition is for the following items as identified in the Contract Line Item
To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register in SAM. Vendor must include their DUNS# on their capability statements.
The NAICS code for the expected acquisition is 334513, with a Size Standard of 750 people and the PSC Code is 6680. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.
The Contractor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA ARS Ames, IA and will be identified in the contract. The Government anticipates award of the Firm Fixed Price Contract.
Submitting a Quote:
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) numbers is required in order to register. Vendor must also include their DUNS # on their quote.
Invoices are to be submitted and payments will be made through the IPP system.
Vendors must be register or register in the IPP system.
Offerors responding to this announcement shall submit their quote on SF-18 (SEE ATTACHED).The quote should include all fees, delivery charges and or surcharges.
Only electronic submissions will be accepted. Please email all quotes in writing on the sf-18 to [email protected] by no later than Sep 2, 2020 at 11:00am Central Standard Time
Questions in regards to this combined synopsis must be submitted through email and are due no later than 12:00pm CST on Aug 29 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation