SOLICITATION NOTICE
66 -- Dual 4 Path Ultrasonic Flowmeter - Attachment I
- Notice Date
- 8/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RQ-0703
- Archive Date
- 9/15/2010
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment I THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is being procured using full and open competition. The National Institute of Standards and Technology (NIST) is developing measurement techniques to quantify green house gas emissions from power plant smokestacks. Accordingly, NIST will build a small-scale (4 feet in diameter) smokestack to use as a test bed. Flows with swirl patterns typical of power plants will be measured in the stack using existing techniques and protocols (e.g. pitot tube traverse, ultrasonic flowmeter). The accuracy of these measurements will be assessed against a known reference flow. The reference flow will be measured in a 36 inch diameter pipe section upstream of the stack using two 4 path ultrasonic flowmeters at uncertainties not more that 0.3% after flow calibration. NIST has a requirement for a dual 4 path ultrasonic flowmeter. The dual 4 path meter must consist of 8 pairs of ultrasonic transducers (i.e., sender and receiver electronics) installed in the same spool piece (i.e., pipe section). Four of the 8 pairs of transducers makeup a 4 path flowmeter while the other four pairs make up a second independent 4 path flowmeter. The outputs of each 4 path meter must be completely independent so that the velocity (or transit time) outputs can be appropriately averaged so that the meter functions as an 8 path flowmeter. Line Item 0001: Quantity One (1) each, 4 Path Ultrasonic Flowmeter that shall meet or exceed the following minimum specifications: 1. Meter Body Diameter: 36 inch nominal pipe diameter size; 2. Meter Body Material: Aluminum or Galvanized Steel; 3. Flange Type: ANSI B16.47 150 lbs Flange Series A; 4. Transducers: The dual 4 path meter must consist of 8 pairs of ultrasonic transducers (i.e., sender and receiver electronics) installed in the same spool piece (i.e., pipe section). Four of the 8 pairs of transducers shall be a 4 path flowmeter and the other four pairs shall be a second independent 4 path flowmeter. The outputs (i.e., transit time, velocity) of each 4 path meter shall be completely independent. 5. Manufacturer must deliver the spool with transducers already mounted in the spool piece; 6. Transducers MUST NOT protrude beyond pipe wall into the flow stream; 7. Transducer Lifetime: Transducers must be corrosion resistant and have an operating lifetime of at least 3 years; 8. Working Fluid: Air; 9. Operating Pressure: Atmospheric Conditions (nominally 1 bar); 10. Operating Temperatures: -25 C to 45 C. The equipment must operate properly over this temperature range; 11. Volumetric flow range (actual conditions): Reference Chart in Attachment I; 12. Velocity range (for 36 inch pipe diameter): Reference Chart in Attachment I; 13. Repeatability: less than 0.1%; 14. Expanded Uncertainty (Uncertainty at 95 % Confidence Interval): less than 0.5 % for a fully developed profile; 15. Minimum Outputs: actual volumetric flow, path velocity for each transducer pair, transit time for each transducer pair, and sound speed; 16. Data Acquisition Interface: RS 485 and MODBUS; 17. Must supply MODBUS to USB adapter; 18. Software system must operate on Microsoft Windows version XP or higher. The software must operate the system to manufacturer’s specifications. Line Item 0002: Installation: The Contractor shall provide installation for the system and software. Installation shall be completed on-site at NIST Gaithersburg and shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of the system, turn-key start up, and demonstration of all performance specifications. Line Item 0003: Training: 1) The Contractor shall schedule and facilitate one (1) training session for NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, basic troubleshooting, how to use the software responsible for taking measurements and configuring the dual 4 path flowmeter, and how to acquire and process correct signals. The training may be completed at NIST immediately after installation and demonstration of performance specifications, however, not later than 30 days after successful completion of installation and demonstration of performance specifications. Installation and training shall be scheduled in advance with the NIST Technical Contact to be identified at the time of award. Line Item 0004: Warranty: The Contractor shall provide, at a minimum, a one year warranty period for the system. Warranty work shall be completed on-site at NIST or at the Contractor’s site, at the discretion of the Contractor. All costs and responsibilities associated with parts, labor, travel and shipping shall be covered under the warranty at no additional cost to the Government. The warranty shall commence upon final acceptance by the Government. DELIVERY REQUIREMENTS Delivery, installation, training, and demonstration of performance specifications shall be completed not later than 8 months after receipt of a purchase order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on a technically acceptable/low price basis. Technical Capability Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical descriptions and product literature submitted shall be evaluated to determine that the proposed system meets or exceeds the specifications identified herein. Price shall be evaluated for reasonableness, consistent with the Contractor’s quotation. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ADDENDUM TO 52.212-1 1. For the purpose of evaluation of Technical Capability, all quoters shall submit an original and one (1) copy of the technical description and/or product literature which clearly demonstrates that their proposed system meet or exceed the Governments minimum required specifications; 2. An original and one (1) copy of a quotation which addresses all line items; 3. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be received not later than 3:30 PM Eastern time, on Tuesday, August 31, 2010, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Carol Wood. FAX quotations shall not be accepted. E-mail quotations shall be accepted. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Carol Wood. Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Carol A. Wood, Contract Specialist, carol.wood@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8172.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0703/listing.html)
- Place of Performance
- Address: NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02243534-W 20100819/100817235501-49aac77ba4c7e34ba4bb39d23dd080a8 (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 |