Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOURCES SOUGHT

20 -- Underway pCO2 systems

Notice Date
7/2/2007
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
WC133R07RP0148
 
Response Due
7/17/2007
 
Archive Date
8/1/2007
 
Description
Sources Sought. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) intends to purchase two (2) each Underway pCO2 systems to replace old systems currently on the Ronald H. Brown and the Explorer of the Seas research vessels located at the Atlantic Oceanographic and Meteorological Lab (AOML) in Miami, Florida. The Government is seeking a commercial vendor to build a unit to the exact and exacting specifications to be provided with the Request for Proposal (RFP). The system must fulfill stringent performance criteria determined via community consensus at the workshop on underway pCO2 systems, held in Miami on October 2 and 3, 2002 (see www.aoml.noaa.gov/ocd/pco2). AOML will certify that the systems meet the criteria specified. Specifications include but are not limited to: 1) Overall System Accuracy: the system shall measure ambient air CO2 levels with ah accuracy of 0.1 ppm (parts per million) out of 370ppm. The equilibrated surface water values should be accurate to 2 micro atmospheres. This accuracy will necessitate pressure measurements to be accurate within 0.2 mBar and water temperature measurements to be within 0.01 C; 2) Overall system description: The systems are patterned after those in operation and described in Feely et al, (1998) and Wanninkhof et al, (1993). They must operate fully automatically and include: A showerhead equilibrator that partitions CO2 in seawater into a headspace gas; A valve box to select, monitor and control flows of equilibrator, ambient air, and gas standards; and a location to accommodate a user supplied infrared analyzer to quantify the CO2 content in equilibrator headspace gas and ambient air; A personal computer-based software interface to log data and control valves and telemeter data. Pressures in the infrared analyzer and equilibrator must be measured, along with gas and water flows, and temperature of water in equilibrator. Water flow should be between 1.5 and 2.0 L/min or less, and gas flows between 40 and 100 ml/min; and an iridium transmitter and antenna to telemeter data via satellite to shore. The system must include a pressure regulator to adjust water inlet pressure from 5 to 30 psi and bulkhead ports to connect at least four gas standards (user supplied) for automatic calibration. Required components include but are not limited to the following: Analyzer - The system must be built to interface with a user provided LICOR 6262 analyzer; Multiport valve - A multi-port Valco valve (model ECMT2SD8MWE) must be used to select the gas to be analyzed from at least 4 compressed gas standards, equilibrator headspace and ambient air; Pressure transducers - Setra model 239, Vaisala (PCB210C6C1M) and Druck (RPT350) barometer or equivalent; Equilibrator - A small volume showerhead equilibrator. Water must be filtered with a 200-micron filter prior to entering the equilibrators; Filter Cleaning - The water filter must be able to be cleaned autonomously, for instance by back flushing with fresh water; Drying of Headspace gas - Headspace gas should be dried to a dew point of <15C using thermoelectric condenser block and a Permapure dryer with a dried sweep gas; Tubing material - 1/8" 316 stainless steel tubing should be used; Enclosures - Separate watertight enclosures should be built to contain the equilibrator and its peripheral components with approximate measurements 22"H x 22"Wx10"D. A third weatherproof box should be constructed for Iridium transmitter and GPS hardware that can be placed on deck; Instrument interface - A PC-based Lab View instrument control and data acquisition system and software package must be provided as part of this package which automatically controls the instrument operations and logs data from IR, flowmeters, thermometer, and barometer. Data to be logged include time and position from a GPS, IR analyzer response, equilibrator temperature, barometric pressure, and flow meter readings; Software - The system should be provided with LabView based software to control the instrument on the ship. The software should be able to telemeter data to shore via an iridium satellite modem. A second program will receive the data shore side and be able to plot data from all instrumental sensors. The Iridium protocol will be provided by PMEL; Computer - The system has to be designed such that control occurs through LAN interface or RS-232 ports. The computer will be supplied as part of the package; Operating manual - The system must be supplied with an operating manual including manuals, and calibration sheets of the individual components. The intended acquisition is for supplies for which the Government intends to acquire from one source under the authority of 41 USC 235(c) (1), Only One Responsible Source. The only known source is General Oceanics, Inc., Miami, Florida. General Oceanics is the only known source with experience to build the instruments to the Government's specifications. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit offers based on receipt of affirmative responses to this notice or issue a contract to General Oceanics, Inc., whichever is determined to be more advantageous to the Government, without further notice. Only firms that can provide the exact equipment described herein will be considered. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to (816) 274-6939, attention of Jackie Shewmaker. All firms doing business with this Acquisition office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site: http://www.ccr.gov/. In order to register with the CCR, firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by Contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the online representation and certifications application (ORCA) is required. The NAICS code is 334513. This is not set-aside for small business.
 
Place of Performance
Address: DOC/NOAA/AOML, 4301 Rickenbacker Causeway, Miami, Florida
Zip Code: 33149
Country: UNITED STATES
 
Record
SN01332714-W 20070704/070702220312 (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.