Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOLICITATION NOTICE

66 -- pH PROBE

Notice Date
3/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
 
ZIP Code
00000
 
Solicitation Number
DE-RQ26-06NT000292
 
Response Due
4/14/2006
 
Archive Date
10/14/2006
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number DE-RQ26-06NT00292 is issued as a Request for Quote (RFQ). This requirement is being issued as a Request for Quotation using Simplified Acquisition Procedures. The following item is to be purchased by the U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA. Item to be purchased is a pH Probe two (2) with the following salient characteristics and specifications for the purchase of the brand name or equal equipment. Award will be made to the low priced, technically acceptable (equal) offeror. Equality shall be determined by the offered equipment???s compliance with the following performance requirements. Compliance will be determined by the offeror???s provision of literature showing performance capabilities or through written narrative discussing the points not covered by the published literature. Specifications for pH Probe 1. pH probe initial system design: Vendor will produce plans for prototype metal/metal oxide solid-state working pH electrode and reference electrode (combination package) that has been proved to function in an aqueous solution with salinity of seawater, at pressures up to 5000 psi, and at temperature that ranges from ambient to 100 degrees Celsius. 2. Preliminary testing of prototype electrode system: Vendor will deploy proto-type electrode system at the NETL high pressure water tunnel facility in close cooperation with NETL staff for short term testing. Vendor will also interpret short term test results and report results to NETL. 3. Monitoring tests at vendor???s facility: Vendor will test solid state pH sensor and supporting reference electrode to evaluate the long-term effects of CO2 on pH response and on surface film of pH electrode. Vendor will analyse and interpret lab test data and make a recommendation on the suitability of metal/metal oxide solid-state pH sensor for the NETL water tunnel facility. If the probe is determined to be unsuitable for a high CO2 environment, the vendor will inform NETL, and items 4 and 5 will be cancelled. 4. Stage II design plans for NETL pH sensor: Vendor will provide schematic plans for the construction of an integrated pH measurement and calibration/standardization system for the NETL high pressure water tunnel facility based on the results of items 1-3. the vendor will work with NETL on the development of deployment of an in-line pH measurement and a calibration by-pass cell (for standardization) for the NETL high pressure water tunnel facility. 5. Final product: The vendor will provide NETL with pH and reference electrodes that are suitable for use with the high pressure water tunnel facility, to be used within the calibration/by-pass cell constructed by NETL. The electrodes must be able to function under conditions of seawater salinity, pressure up to 5000 psi, temperature from ambient to 100 degrees C, and CO2 concentrations up to saturation. END OF SPECIFICATIONS. EVALUATION: The award will be made to the low priced, technically acceptable offer. An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is base on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Compliance will be determined by the offeror???s provision of literature showing performance capabilities or through written narrative discussing the points not covered by the published literature. INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification Number (TIN), Dun & Bradstreet Number (DUNS), and remit to address if different. The award shall be made using FAR 13, Simplified Acquisition Procedures. All bids, proposals, or quotations must be faxed to Mr. Robert L. Mohn ??? FAX 412-386-5770 by 5:00 PM Eastern Time, April 14, 2006. NO PHONE CALLS. The Technical Representative for the above requirement is Mr. Brian Strazisar at 412-386-5988.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/916C29F06DCE49E98525713E006223F7?OpenDocument)
 
Record
SN01015255-W 20060329/060327211709 (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  © 1994-2020, Loren Data Corp.