Skip to main content

An official website of the United States government

You have 2 new alerts

Ten (10) Area Velocity Flow (AVF) Sensors

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 16, 2022 03:59 pm CDT
  • Original Published Date: Sep 07, 2022 02:03 pm CDT
  • Updated Date Offers Due: Sep 19, 2022 05:00 pm CDT
  • Original Date Offers Due: Sep 19, 2022 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 04, 2022
  • Original Inactive Date: Oct 04, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6680 - LIQUID AND GAS FLOW, LIQUID LEVEL, AND MECHANICAL MOTION MEASURING INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Columbus , OH 43210
    USA

Description

AMENDMENT 0001 (dated 09/16/2022):

This amendment (0001) is being issued to add a question and answer document to the "Attachments/Links" section of the solicitation. 

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 a written solicitation will not be issued. Solicitation number 12505B22Q0157 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This solicitation is a 100% Total Small Business Set-Aside. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees and the PSC is 6680.

The Department of Agriculture (ARS) has the need for the following product(s):

001) Ten (10) Area Velocity Flow (AVF) Sensors

Scope of Work:  

The USDA-ARS Soil Drainage Research Unit (SDRU) in Columbus, OH is requesting quotes for ten (10) area velocity flow (AVF) sensors.

Background:

The SDRU is conducting research in Northwest and Central, Ohio to examine how agricultural conservation practices impact nutrient losses at the edge-of-field. The sensors will allow to measure water flow in subsurface drainage systems. This will improve our understanding of nutrient and hydrologic dynamics in these systems. The data collected using these sensors will add to our existing dataset to better quantify hydrologic losses from subsurface drainage from agricultural fields in Ohio. The data collected from these sensors can also be used for existing and new projects with LTAR, Ohio State University, University of Kentucky, and other research institutions in which our unit collaborates with.

Technical Requirements:

Provide 10 area velocity sensors with the following characteristics/capabilities:

  • The sensors should be able to be used in portable or in a permanent setting.
  • The sensors should have a low-profile design to be able to measure water depth and velocity as low as 25mm.
  • The sensors should be compatible with ISCO Flowlink Software and other ISCO instruments to maintain research continuity within our current research program.
  • The sensors should have a velocity reading range of at least 0.5-20 ft/s.

Key Deliverables:

  • Area Velocity Flow Sensors; Quantity – 10 Units
  • Shipping/Freight/Delivery/Transportation

Delivery:

Delivery is to be made to the attention of Jedediah Stinner of the USDA-ARS Soil Drainage Research Unit (SDRU) located at 590 Woody Hayes Drive, Columbus, Ohio 43210 within 60 days of award.

The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard Columbus, OH and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.

Evaluation Factors:

The basis for award will be Lowest Price, Technically acceptable. The Government intends to make a single firm-fixed price award based on the lowest price technically acceptable (LPTA) quote received. "LPTA" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Price; (2) Technical Requirements. The lowest priced quote will be evaluated first; if NOT found acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The government will NOT review higher priced quotes if the lowest priced quote is determined to be technically acceptable. For quoted products to be considered technically acceptable, they must meet ALL of the technical requirements identified in this solicitation.

Submitting a Quote:

Failure to demonstrate compliance with all instructions presenter herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award.

Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions that apply to this acquisition are included with the attached quote submission form (SF1449). The Government anticipates award of one Firm Fixed Price Contract.

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 Unique Entity Identifier (UEI) number is required in order to register. Vendor must also include their UEI# on their quote.

The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, contractors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award.

Offerors responding to this announcement shall submit their quote on SF1449 (see attached) and provide completed FAR provisions. The quoted price(s) should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase.

Questions in regards to this combined synopsis/solicitation must be submitted through email (NO calls with questions will be accepted) and are due by NO later than 5:00 PM CT on Wednesday, September 14, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government.

Only electronic submissions made via email will be accepted (NO phone calls or quotes submitted by USPS mail will be accepted). Please email all quotes in writing on the SF1449 with completed FAR provisions to aaron.dimeo@usda.gov by NO later than Monday, September 19, 2022 at 5:00 PM Central Time (CT).

Note: Be absolutely certain to reference the RFQ number 12505B22Q0157 and/or title of the solicitation Ten (10) Area Velocity Flow (AVF) Sensors in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed “unresponsive” and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).

Contact Information

Contracting Office Address

  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA

Primary Point of Contact

Secondary Point of Contact





History