Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2005 FBO #1490
SOLICITATION NOTICE

66 -- Stainless Steel Lysimeters

Notice Date
12/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ow Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-06-00046
 
Response Due
1/9/2006
 
Archive Date
2/9/2006
 
Point of Contact
Point of Contact, Scott Fogle, Purchasing Agent, Phone (513) 487-2049
 
E-Mail Address
U.S. Environmental Protection Agency
(FOGLE.SCOTT@EPA.GOV)
 
Description
NAICS Code: 334513 This is a combined synopsis/request for quote for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The requirement is set-aside for small businesses. Quotes are being requested and a written RFQ will not be issued. Shipping charges need to be included in price. The NAICS code is 334513. The specifications for the Stainless Steel Lysimeters are as follows: Stainless Steel Lysimeters Purchase Order Duration: One year after award of the order Data regarding the industrial liquid addition to solid waste landfill is needed. This statement of work outlines the EPA's need for three lysimeters in order to conduct laboratory scale solid waste research. The lysimeters envisioned are freestanding sealed vessel that may be filled with simulated waste material, various industrial liquids and water, with recirculation of leachate. The design includes stainless steel construction, to reduce corrosion by the acidic leachate. A portable press applies pressure to compact the waste media to simulate burial under a layer of overburden. A heating system maintains a constant temperature. Ports are provided for extracting gas, liquid, and solid samples for analysis in the laboratory. A computer-based data acquisition system provides near-real-time display and logging of the instrumentation. The lysimeter system as a whole shall be air tight. Meaning air intrusion into the leachate collection container, and gas flow outlets shall be addressed. Lysimeters Three lysimeter vessels are required, for controlled experimentation. The vessels shall be modular, and allow for different configurations as presented in Figure 1. Each lysimeter shall to be 2 feet in diameter and 14 feet high. Each lysimeter shall be air and water tight. The lysimeter shall be strong enough to be completely filled with water. Compactor A portable press is designed to be moved into place over each lysimeter stack as it is being filled to compact the contents to 44lb/ft3. Heating System A hydronic heating system (circulating warm water in tubes) wrapped around the modular rings keeps them at the desired temperature set point within the range 35?C to 55?C. Each of the three pairs of lysimeter stacks shall have a separate temperature control unit. Instrumentation Temperature and moisture content shall be electronically monitored at the end of each stack using the access ports in the short sections. The instrumentation is organized into an enclosure dedicated to each lysimeter stack. Each of these three enclosures has front panel mounted transmitters that display pH, ORP, D.O., and Conductivity. The output of the transmitters is sent to data acquisition system modules in the enclosure. The modules connect to a remote computer using RS-485 protocol and a USB interface. The computer shall be located in an office area, and shall run a software package called WinWedgePro? that logs and displays the data directly in an Excel? spreadsheet. An additional enclosure houses the moisture content measuring system, which shall have up to 16 channels for 3 or more lysimeter stacks. It communicates using RS-232 protocol with a computer running the WinTrase? software package. The moisture content within each lysimeter shall be measured using a Time Domain Reflectometry (TDR) system. The Trase? system made by Soilmoisture Equipment Corp. sends an electromagnetic pulse from a waveguide mounted in the lysimeter to measure the volumetric water content. Each waveguide is 15 cm. long, made from 3/16" diameter 316 SS rod. Up to four waveguides may be placed at intervals in the lysimeter stack, in the short segments. Each lysimeter shall be connected to a sump constructed from 11 gage stainless steel measures 16" x 8" x 8" deep, with an acrylic plastic cover. The sensors for pH, ORP, D.O., and Conductivity are mounted on the cover of the sump. An air-driven diaphragm pump moves the accumulated leachate from the sump to the top of the lysimeter stack, where it is sprayed through a set of two nozzles, at a rate of about 3L/min. A controller monitors the level of leachate in the sump and activates the pump as needed. A drawdown of 2" in the level in the sump produces about 4 L. Thermocouples are used to measure the temperature at four intervals on the lysimeter stack, using ports on the short segments. The type-T thermocouples are sheathed in 316 SS and mounted in a fitting that allows insertion at up to 12" depth. The conductivity of the leachate is measured using an electrodeless toroidal sensor. This type of sensor avoids problems of fouling, and is encapsulated with inert PFA Teflon?. The pH electrodes are glass double junction type, with temperature compensation. The ORP electrodes are glass with platinum bands. The Dissolved Oxygen sensor is a Clark Cell type polarigraphic probe, with three electrodes. The wetted materials are silver, gold, 316SS, Teflon?, and Noryl?. Gas generated from each lysimeter shall be vented in a safe method. The gas flow generated by each lysimeter shall be monitored and analyzed for Methane, Carbon Dioxide, Carbon Monoxide, Oxygen and Hydrogen sulfide. Ports on the outlet gas line shall allow for gas samples to be collected and analyzed. Tasks and QA: Specifically, the contractor shall perform the tasks indicated in Table 1 below. The design shall include a detailed break down of the parts to be used for the lysimeter assembly. The contractor shall prepare and adhere to attachment #1 concerning a quality assurance project plan (QAPP) as it applied to the analysis of secondary data. The contractor shall prepare all outputs, including technical reports and peer-review articles. PAST PERFORMANCE Contractors shall provide demonstrated performance on contracts/subcontracts/orders completed during the past three years and contracts/subcontracts/orders currently in process, which are similar in nature to this requirement. For each contract/subcontract/order identified, include a brief synopsis identifying the client for whom the services were performed and the client point of contact and telephone number. FOB point shall be destination. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, and the specific evaluation criteria is as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) Technical acceptability shall be evaluated on a pass or fail basis (with the lowest price technically acceptable receiving award). Offers shall provide descriptive technical literature and other documentation as necessary, in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror's registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-3, 52.225-13. FAR 52-225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. Offers shall submit 1 copy of their quotation that references RFQ-OH-06-00046, no later than Monday January 09, 2005 at 3:00 PM (EST) to Scott A. Fogle, at fogle.scott@epa.gov or via fax at 513 487-2107. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov. The last day for receipt of technical questions is January 04, 2006. NOTE: Contact Scott Fogle via email to receive a copy of the deliverables, Figure 1. Diagram of Lysimeter Assembly, and Attachment #1 NRMRL QA Requirements and Definitions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-DEC-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-06-00046/listing.html)
 
Record
SN00957821-F 20051225/051223212937 (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.