SOLICITATION NOTICE
66 -- Fuel Measurement System (FMS)
- Notice Date
- 8/26/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- 1300110321
- Archive Date
- 9/26/2008
- Point of Contact
- Ryan M. Cowne,, Phone: 3017578987, Ryan M. Cowne,, Phone: 3017578987
- E-Mail Address
-
ryan.cowne@navy.mil, ryan.cowne@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation RFQ 1300110321 Fuel Measurement System (FMS) 1. This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR Part 13 and Subpart 12.6 as supplemented with additional information included herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The provisions at FAR 52.212-1 and 212-2 apply. FAR 52.212-4 and 52.212-5 (Deviation) will be included in any award resulting from this notice. Full text for these FAR provisions and clauses may be accessed at http://farsite.hill.af.mil/ 2. In accordance with FAR 19.5, this acquisition is under NAICS code 334519 - Other Measuring and Controlled Device Manufacturing and will conducted as a full an open unrestricted competition. 3. SCOPE: The Naval Air Warfare Center – Aircraft Division (NAWCAD) has a requirement for a Fuel Measurement System (FMS) using a single sensor Gravimetric Method to measure fuel consumption rates and fuel density on a wide variety of small prototype internal combustion engines, during performance and endurance testing in an Altitude Environmental Chamber (AEC), over a wide range of temperatures and altitude conditions. The engines are being evaluated for use in unmanned aerial vehicles and will be evaluated with dynamometer and propeller loads. The AEC is located in the Propulsion Systems Evaluation Facility (PSEF), Patuxent River, MD. The Navy is seeking a solution using commercial off the shelf and/or non-developmental components that can be modified by the contractor and integrated into a single complete measurement system to meet the Navy’s detailed requirements given below. 4. REQUIREMENTS: 1.0 CLIN 0001 - A quantity of one (1) Fuel Measurement System shall meet the following requirements: 1.1 The FMS shall use a single sensor gravimetric method to measure, in a steady and continuous fashion, the steady state net fuel consumption rate for the engine under test in a measurement time interval of 10 seconds or less. The FMS fuel consumption measurement range shall be at least 0.1 to 7 lb/hr with National Institute of Standards and Technology (NIST) traceable, end-to-end accuracy of +/- 2% of reading or better below 2 lb/hr AND +/- 0.5% of reading or better at 2 lb/hr and above. The FMS shall also provide fuel density measurement in units of pounds per gal( lb/gl) with a minimum measurement range of 4 to 10 lb/gal with NIST traceable, end-to-end accuracy of +/- 0.5% of reading accuracy. The FMS shall operate with diesel fuel #2 over a minimum fuel temperature range of 35°F to 160°F and with aviation fuels JP5, JP8, and aviation gas over a minimum fuel temperature range of -30°F to 160°F. 1.2 The FMS shall operate with engines under test in the AEC under the following AEC conditions: -50°F to 160°F temperatures, chamber atmosphere pressures from ambient (nominal 14.7 psia) down to 5.5 psia, relative humidity from 5% to 100% with condensation, up to 10 mph airflow, and airflow pulsations generated during engine driven propeller operation. 1.3 The FMS shall have a built-in reservoir of at least 1 gallon from which it supplies and maintains the fuel to the engine at fuel flow rates from 0 to 47 lb/hr at the AEC test condition temperature. The FMS shall take in return fuel flow from the engine at fuel flow rates from 0 to 47 lb/hr and condition the fuel temperature as required. The FMS shall, under all AEC test conditions, prevent the fuel temperature supplied to the engine from falling below a user adjustable temperature in the range of -30°F to 50°F. The FMS shall maintain the back pressure within the supply and return lines within -1.5 to 1.5 psig (relative to AEC chamber atmosphere pressure). The FMS shall operate with typical diesel fuel injection and carbureted fuel systems which are gravity fed or employ a fuel pump and be immune to the pressure pulsations generated by such systems. The FMS shall operate with return line fuel flows of 0 to 6 times the net engine fuel consumption rate. 1.4 The FMS shall have the following features: standalone and wall-mount capability; a built-in display for fuel measurement and density; 4-20ma analog outputs for fuel consumption rate and density for customer connection to a data acquisition system; fuel filter with replaceable elements; constructed of corrosion resistant materials; provide built-in fault detection of conditions that cause significant degradation of measurement accuracy; accessible for routine maintenance, calibration, and measurement sensor removal; and configured to allow gravity draining of all fuel from the unit. The FMS shall have a built-in reservoir with the capability to be remotely refillable via connection to a Navy customer supplied day tank; and remote indication of fuel level status of the built-in reservoir via analog output. 1.5 The FMS components mounted inside the AEC shall fit inside the following maximum overall space envelope: 32” width x 12” deep x 96” height with up to 54” of the height dimension above the engine centerline; for any components required to be mounted outside the AEC, space envelope is 48” wide x 48” deep x 96” tall. 1.6 The FMS shall have NIST traceable calibration and shall be factory tested at the following nominal conditions: 0.1, 2.5, and 7 lb/hr -50°F, room temperature, and 160°F with test results supplied with the FMS. CLIN 0002 - Calibration Kit – Quantity 1 EA Provide the necessary tools, precision weighing instruments, calibration weights, and procedural documentation which will allow for the customer to verify system calibration over the entire FMS measurement range at room temperature. CLIN 0003 - Operation and Maintenance Manual – Quantity 1 EA Provide an operation and maintenance manual, hardcopy. CLIN 0004 - Standard Commercial Warranty - Quantity 1 EA NSP = (Not Separately Priced) Provide a copy of the FMS standard commercial warranty. CLIN 0005 Optional: If available, it is desired the FMS be explosion proof. Please provide separate pricing for this feature, if available. The Government may or may not award this additional feature at the sole decision of the Government. The following information is provided regarding the Government facilities. The Government does NOT require installation of the FMS and this data is provided as informational only in the event it is needed by the Contractor regarding their quoted product: Facility Air: Flow rate (maximum)300 scfm Pressure (maximum)125 psig Temperature (typical)60 to 90 degrees F Dew Point-40 degrees F Cooling Water: Flow rate (maximum)100 gallons per minute Pressure (maximum)60 psig Maximum ∆ P for cooling water return15 psig Temperature45 to 89 degrees F (uncontrolled) Nitrogen: Bottled nitrogen with a pressure regulator can be made available Electricity: 120 VAC, 20 Amp 5. EVALUATION: Quotations will be evaluated based on the following factors: Technical, Price, Delivery, and Past Performance. All factors are of equal importance; however the Government reserves the right to make award based on an integrated evaluation resulting in the best value to the Government, price and other factors considered. Award may go to other than the lowest priced quotation at the sole decision of the Government. We may award to one or none of the Offerors. We may award with or without discussions. We may or may not split the award. TECHNICAL: Please provide commercial brochures/literature and technical specification sheets for the quoted FMS and related items, and/or any other information sufficient to show how the product meets all of the Government’s minimum technical requirements/specifications as provided herein. PRICE: Please provide a Firm Fixed Price (unit price and extended price, if applicable) for each line item identified above, including all discounts which may be applicable. Pricing shall include FOB DESTINATION terms to NAWCAD, Patuxent River MD 20670. DELIVERY: Please specify a date for delivery, after receipt of a written contract/purchase order/delivery order. PAST PERFORMANCE: Please provide three prior contract or purchase order numbers; for recent, same or similar products sold, including the prices for the same or similar items sold. Include a customer end-user point of contact and phone number for each contract/purchase order record provided. The Government may evaluate general customer satisfaction with the product, on-time delivery, ease of warranty claims and any other information determined by the Contracting Officer regarding the Contractors ability to deliver a quality product. The Government reserves the right to obtain past Performance information from any source and not solely from the information provided by the Contractor. The Government may use prior pricing information supplied for internal price analysis purposes. 6. ALL QUOTATIONS SHALL INCLUDE A COMPLETED COPY of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The automated system for complying is called On-Line Representations and Certifications Application (ORCA), and is available at: https://orca.bpn.gov/login.aspx For additional information, see the ORCA FAQ sheet at: https://orca.bpn.gov/faq.aspx If the Contractor’s ORCA Reps and Certs are not available to the Government or not sufficiently completed on-line in ORCA, the Contractor must provide the individual completed Representations and Certifications as stated above. 7. To receive an award from Department of Defense, contractors must be registered in the CCR database, available at: www.ccr.gov 8. Notices: Any award that may result from this solicitation will require the use of Wide Area Work Flow – Receipts and Acceptance (WAWF-RA or WAWF) which is an electronic form of invoice, receipt and acceptance. No paper invoices or paper receipt/acceptance procedures will be permitted. 9. Quotations should be submitted via common carrier such as FEDEX, UPS, or USPS for example, or by e-mail using PDF files. The Government is not responsible or liable for any lost or misdirected delivery by common carrier, postal office, e-mail, or any other method of delivery. It is the sole responsibility of the contractor to ensure their quotation has been received by this office by the closing date and contains ALL of the requirements as stated in this combined synopsis/solicitation. Comments or questions should be submitted via e-mail. No phone calls please.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bbdd53de0c470ed4b0f582966a039a8&tab=core&_cview=1)
- Place of Performance
- Address: Naval Air Warfare Center, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN01652010-W 20080828/080826230557-2bbdd53de0c470ed4b0f582966a039a8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |