Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOLICITATION NOTICE

66 -- INTEGRATED INSTRUMENT PACKAGES FOR WATER QUALITY MONITORING

Notice Date
9/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, GA, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-052-4384-04
 
Response Due
9/23/2004
 
Archive Date
10/8/2004
 
Point of Contact
Patricia Jones, Procurement Technician, Phone 706-546-3533, Fax 706-546-3444, - Alan Moore, Contract Specialist, Phone 706-546-3530, Fax 706-546-3444,
 
E-Mail Address
pljones@saa.ars.usda.gov, amoore@saa.ars.usda.gov
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; prices are being requested and a written solicitation will not be issued. (ii) This solicitation number RFQ-037-4384-04 is issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. (iv) This procurement is unrestricted. The NAICS code is 334519. The small business size standard is 500 employees. (v) CLIN 1, Water quality data sondes, four each; CLIN 2, Data Display for fourth data sonde, one each; CLIN 3, Acoustic Doppler current profilers, three each; CLIN 4, Meteorological Stations, three each; CLIN 5, Dataloggers, three each. (vi) SPECIFICATIONS FOR INTEGRATED INSTRUMENT PACKAGES FOR WATER QUALITY MONITORING: The following specifications detail the requirements for a set of three independent, autonomous, in situ instrumentation packages that will be sited in the eastern portion of the Caloosahatchee River Basin. Each package shall consist of one multi-parameter, water quality data sonde, one acoustic Doppler current profiler, one meteorological station, and one datalogger. In addition, one Sigma autosampler will be supplied by the USHRL for each instrument package. A fourth data sonde shall be used for independent measurements and as a spare instrument during calibration/repair events. The instrument packages shall be fully integrated. Any custom programming necessary to achieve full integration shall be included. The data will be telemetered to the US Horticultural Research Laboratory. All of the necessary cables, wiring, mounting hardware, brackets and equipment necessary for full functionality of three complete instrument packages plus an extra data sonde shall be provided. All of the equipment provided will have the standard commercial warranty. Abbreviated Equipment List (details and specifications included below): 1. Four water quality data sondes; 2. One data display for the fourth data sonde; 3. Three acoustic Doppler current profilers; 4. Three meteorological stations; 5. Three dataloggers. DATA SONDES: General Specifications: The instrument electronics shall have the capability of simultaneously measuring all of the following parameters: dissolved oxygen, temperature, conductivity, pH/ORP, Turbidity, depth or vented level, chlorophyll. The instrument shall also have the capability of providing calculated outputs for salinity, total dissolved solids, Resistivity, and specific conductance. The sondes shall be optimized for long-term, in situ deployment. These specifications are for four identical data sondes. Three sondes will be in continuous deployment; one sonde will be used for sampling in areas away from the in situ instruments and/or as a back-up for the three in situ sondes. (1.) Dissolved Oxygen: The sondes shall be capable of measuring Dissolved Oxygen (DO) with a Clark-Type Cell within a range of at least 0 to 50 mg L-1 with an accuracy of at least plus or minus 0.2 mg L-1 and a resolution of at least 0.01 mg L-1. The DO sensor shall have a wiping mechanism to minimize fouling and sediment accumulation impacts. (2.) Conductivity: The sondes shall be capable of measuring Conductivity within a range of at least 0 to 100 mS cm-1 with an accuracy of at least plus or minus 0.001 mS cm-1 and a resolution of at least 0.1 mS cm-1. (3.) Temperature: The sondes shall be capable of measuring Temperature within a range of at least -5 degrees C to +45 degrees C with an accuracy of at least plus or minus 0.15 degree C and a resolution of at least 0.01 degree C.(4.) pH: The sondes shall be capable of measuring pH within a range of at least 0 to 14 pH units with an accuracy of at least plus or minus 0.2 units and a resolution of at least 0.01 units. The pH sensor shall have either a wiping mechanism or be resistant to fouling in order to minimize fouling and sediment accumulation impacts. (5.) Salinity: The sondes shall have available as an output a Salinity calculation based on the conductivity and temperature measurements within a range of at least 0 to 70 ppt with an accuracy of at least 0.2 ppt and a resolution of at least 0.01 ppt. (6.) Turbidity: The sondes shall be capable of measuring Turbidity within a range of at least 0 to 1000 NTU with an accuracy of at least 5percent of range and a resolution of at least 1 NTU and use 90 degree optics. The turbidity sensor shall have a wiping mechanism to minimize fouling and sediment accumulation impacts. (7.) Chlorophyll: The sondes shall be capable of measuring Chlorophyll within a range of at least 0.2 to 150 micro-g L-1 with a resolution of at least 0.1 g L-1. The chlorophyll sensor shall have a wiping mechanism to minimize fouling and sediment accumulation impacts. (8.) Depth: The sondes shall be capable of measuring Depth within a range of at least 0 to 9 m with an accuracy of at least plus or minus 0.08 m and a resolution of 0.01 m. (9.) The sondes shall be capable of internal datalogging with at least 384 Kb of memory, and communicating with an external datalogger. The sondes must also support simultaneous SDI-12, and internal logging to ensure data redundancy. (10.) The sondes shall be capable of being used as part of a larger, integrated, in situ instrumentation package and as a stand-alone unit. (11.) The sondes shall have the capability of being powered by an external 12VDC-power supply through an interface cable. The sondes shall also have internal power capability that is contained in a Battery compartment that is isolated from the electronics. (12.) The instrument shall include both RS -232 and SDI-12 communication protocols for outputting data, and be compatible with a hand-held data display as well as attendant software for data retrieval and analysis. (13.) The sondes shall ship from the manufacturer preassembled, tested and calibrated to assure they are operational and meets manufacturers rated specifications. (14.) The sondes shall be capable of working in freshwater or seawater. (15.) The sondes shall have at least a one-year warranty. ACOUSTIC DOPPLER CURRENT PROFILERS: These specifications are for three identical Acoustic Doppler Current Profilers (ADCPs). (1.) The ADCPs shall have integrated compass and tilt (or "pitch and roll") sensors which allows accurate vertical as well as horizontal installation. (2.) The ADCPs shall have the ability to read the velocity in multiple cells with an accuracy of at least plus or minus 1 percent , plus or minus 0.5 cm s-1 and have a resolution of at least 0.1 cm s-1 and a velocity range of at least plus or minus 5m s-1. Minimum cell size shall be at least 0.5 m. (3.) The ADCPs shall have two side looking transducers and be optimized for horizontal deployment. (4.) The ADCPs shall have an additional third transducer facing the water surface which samples water stage acoustically. It shall have a range of 0.1m-10.0m and have an accuracy of at least plus or minus 0.25 percent and a resolution of 0.01 cm. (5.) The ADCPs shall also have a pressure transducer to ensure data quality. They shall have a range of 0.1m-10.0m and have an accuracy of at least plus or minus 0.5 percent and a resolution of 0.1 cm. (6.) The ADCPs shall also measure temperature with an on board temperature sensor and have an accuracy of plus or minus 0.2 degree C and a resolution of 0.01 degree C. (7.) The ADCPs shall communicate via RS-232 with SDI-12, RS422 and RS-485, and support SDI-version 1.3. They must also support simultaneous SDI-12, and internal logging to ensure data redundancy. They shall also support serial baud rates from 300-115,000 bps. (8.) The ADCPs shall also have the ability to output 9 cells SDI-12 standard or 20 cells X&Y SDI-12 concurrent. (9.) The ADCPs shall use an input power source between 6-30 VDC. (10.) The ADCPs shall have a mounting plate included. (11.) Manufacturer shall provide authorized local support and system expertise in the integration and configuration using "SDI-12 Concurrent" measurement with CR10X local support. (12.) The ADCPs shall have at least 2 MB of internal memory. METEOROLOGICAL STATIONS: These specifications are for three identical meteorological stations (Met Stations). All cables, cable terminations and mounting brackets necessary to construct a completed system shall be included. The Met Stations shall be capable of simultaneously measuring Barometric Pressure (BP), Wind Speed and Direction, Temperature, Relative Humidity (RH), Rainfall, and Photosynthetically Available Radiation (PAR). All Met Station sensor data will be datalogged. (1.) Barometric Pressure: The Met Stations shall be capable of measuring barometric pressure over a range of at least 600 to 1100 millibar. The sensors shall be capable of outputting a variable frequency of at least 600 to 1100 Hz. The sensors shall include an intake valve for pressure equilibrium. The operating temperature of the sensors shall be in the range of at least -40 to + 60 degrees C. The sensors shall exhibit a long-term stability of less than 0.1 mb per year. (2.) Wind Speed and Direction: The Met Stations shall be capable of measuring Wind Direction in a range of 0 to 360 degrees with an accuracy of plus or minus 3 degrees and a resolution of 1 degree. Wind speed shall be measured with a range of at least 0 to 60 m s-1, with an accuracy of at least plus or minus 2 percent of the reading, and a resolution of at least 0.01 m s-1. The anemometers should be two-dimensional ultrasonic, robust and have a minimum of moving parts. (3.) Towers: The instrument mounting towers shall be either tripod or guyed tower. They shall be at least 20 feet but no more than 30 feet tall. They shall have integral lightning protection which includes, at a minimum, a lightning rod, cable of sufficient gauge to transfer a lightning strike to the ground, and a grounding rod (standard lightning protection packages shall be sufficient). The towers shall be capable of housing/supporting all of the instrumentation, solar panels, dataloggers and equipment described in these specifications. All necessary mounting arms, brackets and cabling shall be included. Any site preparation including, but not limited to, concrete pads and/or guying devices shall be included. (4.) Temperature/Relative Humidity: The Met Stations shall be capable of measuring Temperature and Relative Humidity (RH). Temperature shall be measured within a range of at least -39 to + 60 degrees C with an output range of 0.008 to 1.0 V and an accuracy of -0.2 degrees C at 20 degrees C. RH shall be measured within a range of 0.8 to 100 percent RH, non-condensing with an output signal range of 0.008 to 1 Vdc. The temperature dependence of the RH probes shall be not greater than plus or minus 0.05percent RH/degree C. Radiation shields for the probes shall be included. Temperature and RH may be measured with a single probe that is designed for dual measurements. (5.) RainFall: The Met Stations shall be capable of measuring rainfall using the Tipping Bucket Rain Gage technique. The sensors shall have a siphon with a debris screen, an orifice diameter of at least 20 cm and drain tubes for water collection after measurement. The rain gages shall have a measuring accuracy of better than plus or minus 2 percent at 500 mm rainfall hr-1, a resolution of at least 0.254 mm, and a measurement range of at least 0 to 700 mm hr-1. (6.) PAR: The Met Stations shall be capable of measuring Photosynthetic Photon Flux Density over the 400 to 700 nm waveband (i.e. PAR). The sensors shall be cosine corrected, 2-pi , and mounted on a base/leveling fixture. The sensitivity of the sensors shall be at least 5 micro-A per 1000 micro-moles m-2 s-1 and the linearity of the sensors shall have a maximum deviation of 1percent up to 10,000 micro-moles m-2 s-1. DATALOGGERS, POWER SUPPLY AND TELEMETRY: (1.) Electrical Protection: The instrument packages shall be protected from damage by lightning strikes and/or surges/dips in electric power supply. This protection shall include, but is not limited to, lightning rods, grounding rods, and surge arrestors and suppressors. (2.) Enclosure: The dataloggers shall be housed in NEMA 4X fiberglass (or equal) enclosures. (3.) Dataloggers: The dataloggers shall be capable of interfacing with all of the instrumentation specified herein and the Sigma Autosamplers that will be supplied by the USHRL. The dataloggers shall be capable of facilitating remote telemetry of data as well as on-site data transfer to a PC. (4). Power Supply: The instrument packages shall be capable of being powered by battery and 120 VAC. Regulated solar panels capable of keeping the batteries charged shall be included with each instrument package. Solar panel/battery sizes shall be determined based on the expected power consumption of the instrumentation. (5.) Data Telemetry: Remote telemetry of data shall be via CDPD and/or CDMA modem with either a Whip Cellular or Yagi Cellular Antenna. All necessary hardware/software for one base/receiving station (sited at the USHRL in Ft. Pierce) shall be included. (6.) Software & Programming: All software necessary and/or customarily provided to operate each instrument shall be included. Any custom programming necessary to integrate the data sondes, ADCPs, Met Stations, and Sigma Water Samplers shall be included. The Sigma Water Samplers will need to sample at regular intervals and be triggered during times of high flow rates. Real-Time Data Monitor Software shall be included. (vii) Delivery shall be FOB Destination, 2001 S. Rock Road, Ft. Pierce, FL 34945 within 90 days of contract award. Inside delivery and installation are required. Acceptance shall be made at destination. Coordinate delivery with Dr. T. J. Evens or John Prokop, (772) 462-5925. (viii) The provision as 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. The contracting officer will make award based on price and price-related factors. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items, with its proposal. A copy of this provision can be downloaded from http://www.arnet.gov/far/loadmain52.html and following the appropriate links in Part 52. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.225-3; 52.225-13; 52.225-15; and 52.232-34. (xiii) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Government?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. (xiv) Responses are due 15 days from the date this notice is published in FedBizOpps at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). (xv) Point of contact for this acquisition is Pat Jones, Procurement Assistant, (706) 546-3533, fax (706) 546-3444.
 
Place of Performance
Address: USDA ARS U. S. Horticultural Research Laboratory, Ft. Pierce, FL
Zip Code: 34945
Country: USA
 
Record
SN00668608-W 20040911/040909211730 (fbodaily.com)
 
Source
FedBizOpps.gov 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.