Federal Bid

Last Updated on 06 Aug 2021 at 7 PM
Combined Synopsis/Solicitation
Oxford Mississippi

Portable Area Velocity Flowmeter System

Solicitation ID 12405B21Q0113
Posted Date 06 Aug 2021 at 7 PM
Archive Date 04 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Sea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Oxford Mississippi United states

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. The solicitation number is 12405B21Q0113 and is issued as a request for quotation (RFQ). The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. This solicitation document incorporates those provision and clauses in effect through Federal Acquisition Circular 2021-06. 

The requirement is for a Signature Portable Area Velocity Flowmeter System with the following configuration and accessories.

-14 each, Signature® Portable Area Velocity flowmeter System. Starting price

includes base station 624300006, carrying handle with stand, 1 ft (0.3 m)

TIENet® receptacle cable, 12 VDC power input cable, TIENet 350 area

velocity sensor with 32.8 ft (10 m) cable, and coupon for ISCO Open

Channel flowmeter Handbook. The price will change as configured options

are added to meet customer specifications. Configured options may

include mounting hardware, cable lengths, power, I/O, interfaces,

communication, totalizer, and rain gauge connector.

-10 each, GLS Sampler with 2.5 gallon (9.5 liter) glass bottle.

-9 each, Ci LTE cellular modem with magnetic mount antenna for Signature®

meter. Serial-Over-Internet-protocol (SOIP) technology eliminates need for

computer telephone modems.

-4 each, 674 Rain Gauge. Tips every 0.01 inch of rainfall. Tipping bucket rain

gauge with 50 ft. cable

-14 each, TIENet® 306 Sampler Interface with 10 m (32.8 ft) cable. Interface cable

includes a TIENet plug. Supports flow pacing and sampler enabling.

-12 each, Scissors Ring for 16 inch to 36 inch diameter pipes. Includes base section,

scissors mechanism, one pair of 7.5 inch extensions, and one pair of 20

inch extensions.

-10 each, Ameresco Solar Panel Arrangement with 30 watt panel, SS6L12V Charge

Controller, Output Cable, HPM1020VLS Mounting Bracket, #10-1x36" Reg

Battery Cable

Any quotes not meeting the minimum specifications will not be considered. 

DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov.

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

The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Items ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.217-8 Option to Extend Services.

DELIVERY: FOB Destination. Deliver to the USDA-ARS, 598 McElroy Drive, Oxford, MS 38655.

QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. 

DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation.

PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. 

Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.sam.gov. 

FAR 52.212-2, Evaluation-Commercial Item, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government.

The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material, and capabilities of the offeror’s equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by 2:00 p.m. central standard time, August 20, 2021. Quotations are to be addressed to Jessica Pacheco, Contract Specialist, at [email protected]. Additional information may be obtained by contacting the Contract Specialist by email.

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 May 2013 at 6 PM
Location Unknown 10 Mar 2010 at 11 PM
Massachusetts 14 Oct 2021 at 12 AM
Location Unknown 24 Oct 2017 at 1 AM
Philadelphia Pennsylvania 15 Mar 2021 at 9 PM