SOLICITATION NOTICE
A -- Hydraulic Conductivity Test Setup
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0300
- Response Due
- 9/17/2012
- Archive Date
- 10/2/2012
- Point of Contact
- Michael Kutner 562-626-7074
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.kutner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil). The RFQ number is N00244-12-T-0300. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120829. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541712 and the Small Business Standard is 500 employees. This requirement is a competitive, unrestricted action. The NAVSUP FLC, San Diego, Seal Beach Division requests responses from qualified sources capable of providing research and development to design, fabricate, test and deliver a custom experimental full-scale test set-up replica of a deep well anode installation to permit evaluation of a new Cathodic Protection Anode Product, EnvirAnodeTM for benefits in containing cross contamination of underground aquifers as described in the Statement of Work below. CLIN QTY.DESCRIPTION 00011 LotHydraulic Conductivity Test Setup STATEMENT OF WORK Fabrication Of Compaction-Mold Permeameter For Measurement Of Hydraulic Conductivity 1.0 SCOPE 1.1 NAVFAC-ESC would like to evaluate a new Cathodic Protection Anode Product, EnvirAnodeTM for benefits in containing cross contamination of underground aquifers. 1.2 The scope of work is to fabricate a full-scale replica of a deep well anode installation to measure water permeability of the EnvirAnodeTM. Specifically the experimental setup should replicate the soil, drilling and filling conditions typical of an anode installation for an ICCP system. 1.3 The setup will allow the user to make quantitative measurements of the water leakage through the anode installation. This is quantified by measuring the hydraulic conductivity or coefficient of permeability. 2.0 TECHNICAL REQUIREMENTS 2.1 The vendor shall provide a CAD drawing of the proposed design. 2.2 The setup should meet the following requirements 2.2.1 It shall comply with accepted testing standards for soil permeability measurements as given by ASTM D5856-95 or ASTM 5084-10. 2.2.2 It shall incorporate a method to control the hydraulic head for testing 2.2.3 It shall include sensors and a data logger for recording of the test data 2.2.4 It shall have an interchangeable permeameter ring that holds the test sample and sealed via gaskets at the top and bottom with clamped plates. 2.2.5 The setup shall use automated controls integrated to the data logger with a touch screen user interface. 2.3 The vendor shall provide three permeameter or test sample chambers as follows 2.3.1 The first permeameter shall contain a soil sample, compacted and shown to have hydraulic conductivity of less than 1x10-7 cm/sec 2.3.2 The second permeameter shall contain a fully cured conductive concrete using Conducrete ®. 2.3.3 The third permeameter shall contain a soil compacted and measured to have a hydraulic conductivity of less than 1x10-7 cm/sec, a hole drilled through and filled with Conducrete ®. 2.3.4 The permeameter shall be a minimal of 20" in diameter, have a height of >4" 2.3.5 The inner side walls of all three permeameter rings shall be coated with a thin layer of sodium bentonite paste to minimize side-wall leakage. 2.4 The sensors, data acquisition, and controller interface shall include as a minimal 2.4.1 Pressure transducers 2.4.2 Flow Measurement system 2.4.3 Data acquisition and monitoring 2 2.4.4 Temperature measurement and control to ±3 °C 2.4.5 A compact touch screen interface to run the experiment automatically, and to display the measurements in real time. 2.4.6 Data Acquisition will use a web browser interface to allow compatibility with windows, iOS, and android operating systems. 2.5 The vendor shall supply all materials and hardware sufficient to perform the permeability measurement to include: 2.5.1 Hydraulic pump to provide required head pressures 2.5.2 Data Acquisition hardware and screen interface 2.5.3 All necessary sensors to enable performance of ASTM D5856 or ASTM 5084 testing, which will include temperature, pressure, and flow sensors. 2.5.4 Data Acquisition storage capacity of at least 32Gb 2.5.5 Soil, Conducrete ®, and EnvirAnode ® for testing. 3.0 GOVERNMENT FURNISHED MATERIAL (GFM) None 4.0 TRAVEL Travel and associated travel costs should be included in total cost to government. 5.0 OTHER 5.1 Security Personnel performing on this task do not require a security clearance. 5.2 Place of Performance 5.2.1 Fabrication will take place at the contractor site. 5.3 Deliverables 5.3.1 A functioning test setup which is compatible with ASTM D5856 or ASTM 5084 standards for testing of hydraulic conductivity. 5.3.2 A Data Acquisition system to include hardware and functioning codes to allow performance of the hydraulic conductivity measurements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0300/listing.html)
- Record
- SN02871333-W 20120908/120907001234-e28fad5b77bd7569de017b3dec0bb275 (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 |