Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SOLICITATION NOTICE

99 -- Water Flow Meter

Notice Date
5/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5, Central CA Acquisitions Service Area, Tahoe N.F., 631 Coyote Street, Nevada City, California, 95959-2250, United States
 
ZIP Code
95959-2250
 
Solicitation Number
AG-9A63-S-11-0055
 
Archive Date
6/17/2011
 
Point of Contact
Peggy Scott, Phone: 530-478-6123, Peggy Scott, Phone: 530-478-6123
 
E-Mail Address
mscott01@fs.fed.us, mscott01@fs.fed.us
(mscott01@fs.fed.us, mscott01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
WATER FLOW METER AG-9A63-S-11-0055 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-9A63-S-11-0055, and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-51. This is a total small business set-aside. The NAICS code is 334514 and small business size standard is 500 employees. This is for a quantity of 2 each water flow meter per the specifications. Flow Meter Specifications 1. The flow meter shall be capable of measuring level, average velocity and surcharge depth. 2. The method of velocity measurement shall be Doppler radar. 3. The sensor shall combine advanced Doppler Radar velocity sensing technology with ultrasonic pulse echo depth sensing to remotely measure open channel flow. 4. Flow shall be calculated based on the Continuity Equation (Q=V x A), where Q=Flow, V=Average Velocity and A=Area. 5. The range of velocity measurement shall be 0.23 to 6.10 m/s (0.75 to 20 ft/s). 6. The method of depth measurement shall be ultrasonic. 7. The standard operating range for depth measurement shall be 0 to 152.4 cm (0 to 60 in.) with an optional operating range of 0 to 6.1 m (0 to 20 ft.) with 43.18 cm (17 in.) deadband, temperature compensated. 8. The flow meter shall have a surcharge condition velocity sensor option. 9. Exterior dimensions of the sensor shall not exceed 160.5 W x 432.2 L x 297 D mm (6.32 W x 16.66 L x 11.7 D in.) or 160.5 W x 432.2 L x 387 D mm (6.32 W x 16.66 L x 15.2 D in.) with Surcharge Velocity option. 10. The sensor shall be able to measure bi-directional surcharge flow. 11. Optional Intrinsically Safe models available for flow monitoring in hazardous locations. Flow Logger Specifications 1. The operating temperature for the Flow Logger shall be â€"18 to 60ºC (0 to 140ºF) at 95% relative humidity and storage temperature of â€"40 to 60ºC (â€"40 to 140ºF). 2. Power requirements of the Flow Logger shall be 8 to18 Vdc from batteries or external power source, 2.5W max. 3. The Flow Logger shall have 1, 2 or 4 sensor ports with IP67 stainless steel connector, 1 communications port and 1 auxiliary port. 4. The Flow Logger shall have primary logging intervals of 1, 2, 3, 4, 5, 6, 10, 12, 15, 20, 30 or 60 minutes. 5. The Flow Logger shall have secondary logging intervals available to modify the logging rate based on a defined channel alarm condition or trigger. 6. The Flow Logger data storage event log shall be 1,000 events maximum in nonvolatile flash memory. 7. Timebase Accuracy of the Flow Logger shall be 0.002% synchronized every 24 hours with server software and modem. 8. The Flow Logger shall be able to connect to a lap top or desk top PC using either USB or FS232 serial connection. 9. The Flow Logger shall have an LED indicator for operating /programming status visible on the topmost horizontal surface of the logger. 10. The internet data management software shall indicate sites in alarm condition in either a map view or list view. 11. When connected to an external power source, the logger shall be capable of power switching, i.e. drawing power from the external source and conserving the alkaline batteries inside the logger base. At the time the external power source reaches a low alarm condition, it will then switch the power draw to the alkaline batteries mounted inside the base of the logger. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Delivery approximately June 1, 2011. Delivery to: USDA FOREST SERVICE LAKE TAHOE BASIN MANAGEMENT UNIT 35 COLLEGE DRIVE SOUTH LAKE TAHOE CA 96150-4500 The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. The provision at 52.214-21, Descriptive Literature applies to this acquisition and a statement regarding any addenda to the provision. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Offers are due to Friday May 20 2011, at 4:30 p.m. PDT. Offers can be faxed to 530-478-6126. Please contact Peggy Scott, Purchasing Agent, email mscott01@fs.fed.us, or 530-478-6123 for information regarding the solicitation. Email communication is preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A63/AG-9A63-S-11-0055/listing.html)
 
Place of Performance
Address: Lake Tahoe Basin Management Unit, South Lake Tahoe, California, 96150-4500, United States
Zip Code: 96150-4500
 
Record
SN02443152-W 20110511/110509234504-adae607b34e9338ed517dd416ca51ebe (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.