Arizona Bids > Bid Detail

Notice of Intent to Sole Source - CO2 Weather Station

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159517399800878
Posted Date: May 31, 2023
Due Date: Jun 12, 2023
Solicitation No: 1100337
Source: https://sam.gov/opp/b35cf66331...
Follow
Notice of Intent to Sole Source - CO2 Weather Station
Active
Contract Opportunity
Notice ID
1100337
Related Notice
12905B23SS0032
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PWA AAO ACQ/PER PROP
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 31, 2023 09:55 am PDT
  • Original Response Date: Jun 12, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Maricopa , AZ 85138
    USA
Description

CONTRACT OPPORTUNITIES







Type of Notice: Special Notice





Title: Notice of Intent for CO2 Weather Station Supplies





Description:



To meet researcher experiment requirements, the system must assess diurnal CO2 and H2O fluxes and associated controlling factors in an agricultural setting, to inform plant growth and water stress tolerance mechanism. High resolution and accurate data metrics including atmospheric CO2 and H20 concentration; air temperature; relative humidity; photon flux density (PAR); net radiation; surface temperature; soil temperature; and wind speed and direction must be measured and recorded once per second. Rugged field equipment including power supply and generation; weatherproof equipment enclosures; and mounting hardware and brackets will be required. All equipment must withstand temperature extremes, dust, and mechanical and electrical shock. Sensors must have the following specifications. The dataloggers must have at least 8 differential plus or minus 5v input channels and achieve 24 bit analog to digital conversion and provide at least 8 GB of onboard storage potential using a removable media data such as SD flash. Dataloggers must be ruggedized and operate from -15 to +70 °C. Temperature/relative humidity sensors must operate between –15 to 60 °C, with accuracies as follows. –15 to 40 °C: ≤90% RH ± (1.3 + 0.003 • RH reading) % RH, –15 to 40 °C: >90% RH ± 2.3% RH, –15 to 60 °C: ± (1.4 + 0.01 • RH reading) % RH, –15 to 60 °C: ± (1.5 + 0.015 • RH reading) % RH, the temperature accuracy must be approximately 0.2% at 23 C or better). PAR sensors must have a sensitivity of approximately 0.01 mV per umol per square meter per second and operate between -15 to 70 C in all humidity conditions. Net Radiometers must operate from –15° to 80°C, their pyranometers would have a spectral range between approximately 385 to 2105 nm up looking and 295 to 2,685 nm down looking with a sensitivity of approximately 0.057 mV per watts per square meter up looking and 0.15 mV per watts per square meter down looking. Net radiometer pyrgeometers would have a spectral range of approximately 5,000 nm to 30,000 nm, and sensitivity of 0.12 mV per watts per square meter. Wind speed and direction sensors must have a speed accuracy of approximately plus or minus 2% and direction accuracy of plus or minus three degrees, with a one-degree resolution, and must operate from -15° to 70°C. Infrared radiometers must operate from -15° to 80°C, with an operating relative humidity range of 0 to 100% RH. Their absolute accuracy must be ±0.2°C (-10° to +65°C) and ±0.5° C (-40° to +70°C), with a uniformity of ±0.1°C (-10° to +65°C), ±0.3° C (-40° to +70°C) and repeatability of ±0.2°C (-10° to +65°C), ±0.5° C (-40° to +70°C). Solar panels must provide a minimum of 90 watts. 12-volt power supplies with regulators must have an operational temperature of -15° to +60°C. Radiation reflecting UV-stabilized weather resistant datalogger housing must be able to contain all necessary components. The assembly and delivery must be provided by the time the cotton emerges. Vendor must provide LoggerNet Software to allow communications and compatibility with existing hardware and programs. All equipment must be compatible with existing custom in-house datalogger code written in CR Basic, and data downloaded from the systems must be formatted for analysis using in-house developed Python and Excel code written specifically for this project.





THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS/QUOTATIONS. This notice is for informational purposes only and is not to be construed as a commitment by the Government. This procurement will be processed pursuant to FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. No solicitation will be issued.





Potential sources who believe they can provide the services listed are invited to submit substantiating documentation in writing to the identified point of contact. Information received will be considered solely for the purposes of determining whether to conduct a competitive procurement. Oral communications are not acceptable in response to this notice. A determination by the Government to compete this proposed contract based on responses to this notice is solely at the discretion of the Government. Responses are to be received within seven (7) calendar days of this notice. No telephone calls are being accepted.





The United States Department Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area, intends to award on a single source basis. Purchase order type will be a Firm Fixed Price awarded to Campbell Scientific. This is for CO2 Weather Station Supplies. NAICS Code is 334516. Period of Performance is estimated to be delivered within 90 days of order.





Award is in accordance FAR 13.106-1(b)(1)(i).


Attachments/Links
Contact Information
Contracting Office Address
  • 800 BUCHANAN STREET
  • ALBANY , CA 94710
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >