Campbell Scientific
815 West 1800 North
Logan, Utah 84321
for a 3-D sonic anemometer system that measures three orthogonal wind components and the spped of sound for eddy flux measurements with related hardware and software components.
The complete purchase will include 2 of each of the following:
1) (CSAT3 8900) 3-D Sonic Anemometer, 25ft cables
2) (CR1000-ST-SW-NC 16130-23) Measurement & Control Datalogger
3) (CR1000KD 16136) Keyboard/Display for CR1000
4) (PS150-SW 29293-1) 12V Power Supply with charging regulator
5) (ENC12/14-SC-MM 30707-88) Weather Resistant 12 x 14 inch Enclosure
6) (CFM100-ST-SW 30639-17) CompactFlash Module
7) (CFMC2G 20578) 2G CompactFlash Memory Card
8) (CM110 19021) Stainless Steel, 10ft Tripod with Grounding Kit
9) (19239) Guy Kit for SS CM110 Tripod
10) (19192) Tripod Tote for SS CM110
11) (HMP155A-L10-PT 22280-5) Vaisala Temperature/RH Probe
12) (41005-5 22281) RM Young 14-Plate Solar Radiation Shield for HMP155A
These specific anemometers are necessary to maintain the continuity and integrity of the research specifically ensuring that all readings and results are consistently measured via the use of instruments of the same brand and model of thos that are currently being utilized.
Pursuant to the authority of 41 U.S.C. 253(c)(1), FAR 13.106-1(b)(1)(i), and FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The equipment will be located at the USDA-ARS Grazinglands Research Laboratory, El Reno, OK. The Government intends to award a firm fixed price purchase order on or about April 18, 2016. This Notice of Intent is not considered a Request for Quotation (RFQ) nor is it a Request for Proposals (RFP). No solicitation document is available and telephone requests will not be honored. Interested persons may identify their interest and capability to respond to this requirement. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. The Government will consider all responses received by 4:00 p.m. Central Standard Time, April 15, 2016. Information received will be considered solely for determining whether to conduct a competitive procurement. Inquiries will only be accepted via email to the following addresses:
Contracting Office Address:
USDA-ARS-WBSC
Cindy Cose & Nick Langley
[email protected]
[email protected]