Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

60 -- FIBER OPTIC BACKSCATTER SENSORS

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Vicksburg Consolidated Contracts Office, Vicksburg, ATTN: ERDC, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912HZ-06-T-0045
 
Response Due
8/21/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and a more detailed solicitation is available on the Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/ or at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912HZ-06-T-0045 , which includes exhibits that could not be posted as this site. Hard copies will not be available. Offerors should check the FEDTEDS Web Page often for new solicitations and/or changes (Amendments) to existing ones. Solicitation Number W912HZ-06-T-0045 is being issued as a request for quotation (RFQ) wi th the intent to award as a firm fixed-price contract using simplified acquisition procedures. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-08. This procurement is Full and Open Competition. The USACE, ERDC (Detailed Specifications are available on the FEDTEDS website) This procurement may be quoted as follows: ITEM DESCRIPTION QUANTITY U/I UNIT PRICE TOTAL AMOUNT 0001 Provide Fiber Optic 2 EA $___________ $_________________ OPTIONAL 0002 Backscatter Sensors in accordance with attached specifications: Provide Fiber Optic Backscatter Sensors in accordance with attached specifications 1 EA $___________ $_________________ TOTAL $_________________ SPECIFICTIONS 1. The Large-scale Sediment Transport Facility (LSTF) is a 30 m by 50 m by 1.4 m basin that was constructed to reproduce surf zone processes found on long beaches at a relatively large scale. Research being conducted in the LSTF is leading to improved met hods for estimating surf zone sediment transport. The facility contains wave generators, a recirculation system, a sand beach, an automated instrumentation bridge, and a suite of instruments to measure wave heights, currents, and transported sediment. The LSTF sand beach is approximately 18 m wide by 30 m long, with depths up to 1.0 m. 2. The purpose of the LSTF is to measure sediment transport and it is equipped with sediment traps that capture the total transport rate, but the traps do not distinguish between suspended or bedload transport. An instrument that measures suspended conce ntration is a Fiber Optic Backscatter Sensor (FOBS) array. Each sensor array simultaneously measures sediment concentration at multiple positions in the water column. Data are logged on a PC-based data acquisition system. The FOBS sensor arrays enable s imultaneous measurement of suspended sediment concentration at multiple positions through the water column that, together with velocity measurements, allow calculation of local and integrated suspended sediment flux. In concert with traps in the LSTF that measure total longshore sediment load and estimates of alongshore suspended sediment flux made with the FOBS, estimates of sediment moving alongshore on and in the bed layer can be made. Suspended sediment concentration is higher near the bed and the dep ths over which measurements are made are typically 50 cm or less. 3. The LSTF requires two FOBS. Each FOBS requires at least 20 sensors spaced to cover a depth of approximately 50 cm. The first 10 sensors on the lower end should be spaced 1 cm apart. The remaining, upper, sensors should be spaced logarithmically or q uasi-logarithmically to cover the upper 40 cm. Each sensor should have a solid-state light source to alleviate problems with phase error. Each sensor should be capable of accurately measuring concentrations from 0 to 100 mg/l. The sensors must be durabl e to withstand waves up to 0.5 m in height, having periods ranging from 1.5 to 5.0 sec, and with 0.5 m/s currents superimposed all concurrently. The instrument in the water must be of a size as to not disrupt the flow of waves and curren ts (on the order of less than 2 cm). 4. The 2 FOBS must be capable of sampling at 20 Hz. Data must be transferred from the LSTF instrument bridge to control room. The LSTF may be expanded in the future; therefore, the instruments must be capable of transmitting data a distance of approxima tely 150 m. Data output should be in ASCII, or in a format that can easily be integrated into the LSTF data collection software. 5. The instrument would be required to operate in an extreme environment. The LSTF is located in a shelter and, while protected against rain, it is subjected to heat, cold and humidity. The instrument must be able to operate in ambient temperatures rangin g from 20 deg F to in excess of 100 deg F, and humidity greater than 90 percent. Lastly, the servomotors that operate the wave generators, bridge and cross-shore motor generate electronic noise. The instrument should be immune to electronic noise associate d with existing equipment, or have the capability to operate with DC power, although it is preferred to operate the FOBS from 110V power available on the instrumentation bridge. 6. The FOBS instruments provided by the vendor should meet the following requirements: a. Twenty (20) sensors per FOBS that will measure concentration over a 50 cm depth. b. Spacing of the 10 lower sensors should be 1 cm and spacing of the upper 10 sensors should be logarithmic or quasi-logaritmic spaced over the remaining length. c. Each of the sensors should have solid-state light source. d. The FOBS and sensors must be durable to withstand the wave and currents generated in the LSTF: wave heights up to 0.5 m with periods ranging from 1.5 to 5.0 sec superimposed with currents up to 0.5 m/s. e. Data sampling rate of at least 20 Hz. f. Capability to transfer data at least 150 m to LSTF control room. g. Data output in ASCII format or a format that can easily be integrated into LSTF data collection software. h. Delivery of the product that meets all requirements within 60 days of awarding of contract. Following delivery, acceptance testing will be performed and compared to concentration measurements previously obtained in the LSTF. NOTE: Specifications and any amendments issued to this solicitation may be obtained from the Federal Technical Data Solutions (FEDTEDS) Web Page at http://www.fedteds.gov/. NOTE: All offerors are responsible for regularly checking the Website for amendme nts. If an offeror is unable to pull up the referenced Website, they should call or preferably e-mail the responsible POC for this solicitation, Trudy H. James, at the following e-mail address: Trudy.H.James@mvk02.usace.army.mil or phone: 601/631-7265. QUOTATION COMPLETION AND SUBMISSION INFORMATION: If submitting a quotation, information as requested in Contract Clause Numbers 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005) and 52.212-3 Offeror, Representation and Certifications-Commercial Items must be completed and return with your qu otation.
 
Place of Performance
Address: Vicksburg Consolidated Contracts Office, Vicksburg ATTN: ERDC, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01110547-W 20060811/060809221534 (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.