COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS
66 -- FLOWMETER CONSOLE FOR PENSTOCKS
- Notice Date
- June 1, 2001
- Contracting Office
- US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA 99133
- ZIP Code
- 99133
- Solicitation Number
- 01SQ170967
- Response Due
- June 22, 2001
- Point of Contact
- Nora Jenn, (509) 633-9509
- E-Mail Address
- Flowmeter for Penstocks (njenn@pn.usbr.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. Solicitation No. 01SQ170967 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-22 Delay, May 11, 2001. The North American Industry Classification System (NAICS) code is 334513. The small business size standard is 500 employees. The Bureau of Reclamation has a requirement for the following: CLIN 1: Background: This specification provides technical requirements for obtaining a replacement acoustic flow meter console for Third Powerplant units G-21 and G-24. The existing system no longer operates. During construction of the Third Powerplant at Grand Coulee Dam, contractors equipped two of the six penstocks with transducers suitable for ultrasonic (acoustic) flow measurements. They ran the connecting cables in conduits incorporated into the concrete structure. The state-of-the-art for acoustic flow meter systems at the time of construction was a four-path system, compared to eight-path systems used today. The installed console (a NOVA 1200 computer processor) used a numerical tape reader to load instructions, parameters & variables. The installed system used a modified Teletype machine for data I/O. This system did operate at one time, since records remain from system calibration and testing. The existing transducers and cables are intact. The Grand Coulee Power Office requires a replacement flow meter console for cavitation monitoring, research and unit optimization studies. The replacement console must take the place of the previous processor and Teletype I/O device. It must also be fully compatible with existing transducers, cables, and enclosure. Compatibility and installation details are as follows: The flow meter type is a multiple-parallel-path (4-path, as installed) transit-time measurement system. The accuracy of such a system is approximately 1 percent of the total flow rate. The penstock diameter is approximately 34 feet 8 inches. According to installation documentation, the nominal angle between the acoustic path and the direction of flow is 65 degrees. The replacement console must be able to adjust to this existing angle without modifying the installation. The existing transducers are Ocean Research Equipment P/N C7000-0199-1 and C7000-0199-2. They are 500 kHz units with a 5 degree total beam width. Transducers connect to the console with RG-62A coaxial cable. The replacement console must provide power and signal(s) to drive these transducers. Performance Specifications: The replacement console must operate on the available (115 VAC RMS, 60 Hz, single phase) power. The frequency regulation of the available power is 2 Hz, and the steady state voltage regulation is between 105 and 125 VAC. Transient voltages within the above limits must not adversely affect the replacement console. The transducers are exposed to water temperatures between 35 degrees F. and 85 degrees F (1 degree C to 30 degree C). Dissolved solids in the water vary from 64 to 430 ppm. Water conductivity varies between 1.30 to 10.00 m . The console is installed in an environment with operational temperature limits of 32 degrees F to 110 degrees F (0 degrees C to 43 degrees C), and a relative humidity between 10 and 95 percent. The replacement console must calculate flow by integrating the full real-time velocity profile of the penstock. Installation Requirements: The replacement console must fit in a standard 19" wide rack-mount cabinet. The maximum practical height and depth of the replacement console is 20 inches. Display & Data I/O Requirements: The replacement console must have a display capable of showing several parameters for each monitored penstock in real time. These parameters include the current time, flow rate, velocity profile, water temperature, etc., and other monitored values as defined by the user. The replacement console must include a keyboard (or keypad, buttons, etc.,) to enter constants, parameters, variables, etc. This interface device must allow changes in configuration, such as minor adjustment of constants, future transducer replacement, and values displayed by the console (i.e., the displayed parameters cannot be entirely "pre-programmed"). The replacement console must include some standard kind of data storage device (such as a hard drive, floppy disc, or ZIP drive). This storage device must be integral to the unit, and be able to load all the operating parameters, set-ups, constant terms used for equation solving, etc. The replacement console must not require one to enter such values each time the unit is used, or in case of a temporary loss of electrical power. The storage device (in conjunction with console operating system features) must be capable of logging parameters selected by the user. The user should be able to program the data-logging feature to obtain and store all the selected parameters automatically (on some kind of pre-determined time schedule). The replacement console must be expandable. That is, it must have the ability to add four more penstocks to the configuration, for a total of six penstocks. This expansion may be via remote modules, expansion slots, etc. The expansion modules must allow the use of similar technology for transducers, such as Accusonic Technologies Inc Model Number 7658 (500 kHz) probes, or equal. Regardless of the technology and/or hardware used to expand the existing system, all user-selectable data from the six penstocks must "feed" to the primary console and display on a single console screen. The replacement console must have the ability to drive a standard printer, and print out a summary of parameters, values, constants, etc. It need not include a printer as part of the system. The replacement console must be able to send analog output signals to other monitoring devices. These signals must be standard 0-10 V or 1-20 mA output. A digital output, such as through an RS-232 port, is desirable, but not required. The replacement console must be equal to the Accusonic Technologies Inc Flowmeter Console Model 7500. -- 1 unit. Sufficient information must be included with your bid for evaluation, if providing an equal. State warranty on each item. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000), 52.212-3 Offeror Representations and Certifications -- Commercial Items (April 2001) must be filled in and included with your quote, 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2001), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001), 52.211-6 Brand Name or Equal (Aug 1999) and 52.247-34 F.O.B. Destination(Nov 1991), Clause 52.212-5, paragraph (b) is tailored to incorporate the following clauses by reference: 52.219-4 (Jan 1999), 52222-19 (E.O. 13126), 52.222-21 (Feb 1999), 52.222-26 (E.O. 11246), 52.222-35 (38 U.S.C. 4212), 52.222-36 (29 U.S.C. 793), 52.222-37 (38 U.S.C. 4212), and 52.225-1 (41 U.S.C. 10a -- 10d), 52.232-34 (31 U.S.C. 3332). The Government intends to make a single award to the responsible bidder whose bid is most advantageous to the Government, based on items meeting the specification, price and price-related factors, and delivery schedule considered in descending order of importance as listed here. Evaluation and award will be made using the Simplified Acquisition Procedures in FAR Part 13. The closing date for receipt of offers is June 22, 2001. Offers are to be mailed to the following address: Bureau of Reclamation, Code 7810, P O Box 620, Grand Coulee WA 99133-0620. The delivery address is Bureau of Reclamation, Whse B, Door 6, Industrial Area, Grand Coulee WA 99133. All sources responding to this Request for Quotation shall do so in writing. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, minority-owned, veteran owned and/or women-owned, or hub-zone certified. Include Federal Tax Identification number and DUNS number on your bid. All responsible sources may submit a bid, which will be considered by this agency. Full text versions of clauses may be obtained on the internet at www.arnet.gov/far/. See Numbered Note(s) 1.
- Record
- Loren Data Corp. 20010605/66SOL006.HTM (W-152 SN50N6W4)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on June 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|