Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

H -- Cell 1 Light Duty Chassis System Upgrade

Notice Date
7/1/2009
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-09-10958
 
Response Due
7/11/2009
 
Archive Date
7/30/2009
 
Point of Contact
DAVID E. BORIS, Placement Contracting Officer, Phone: 513-487-2158, E-Mail: boris@david@epa.gov<br />
 
E-Mail Address
DAVID E. BORIS
(boris@david@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The US Environmental Protection Agency (EPA), Office of Transportation and Air Quality, intends to negotiate, on a sole source basis, under the authority of FAR 6.302-1, with Horiba Instruments Incorporated, Ann Arbor MI. The requirement of this contract shall be to configure, build modify and implement a complete sampling and measurement system for this test site. This system shall provide for test sequencing and control, exhaust sampling and analysis, data acquisition and data analysis, processing and file transfer, along with a variety of tools for maintenance calibration and support activities. Equipment owned by EPA/NVFEL to be used in this projectMEXA 7200 motor exhaust gas analyzer bench equipment within this bench includes:PSU (power supply unit)IFC (interface control unit)ANR (analyzer rack) ContainsoAIA 721A CO (L) analyzeroAIA 722 CO (H) / CO2 dual analyzeroGFA 720 CH4 analyzeroCLA 720A NO/NOX analyzeroFIA 720 THC analyzerSVS (sample valve selector)SGS (sample gas selector)SHS (sample handling unit)Neff GPIB (computer interface rack)CFV-CVS 48RSH/ED (constant volume sampler with multiple critical flow venturis 350 SCFM and 500 SCFM The requirement of this contract shall be to configure, build modify and implement a complete sampling and measurement system for this test site. This system shall provide for test sequencing and control, exhaust sampling and analysis, data acquisition and data analysis, processing and file transfer, along with a variety of tools for maintenance calibration and support activities. The contractor shall comprehensively manage the project to ensure on-time completion and efficient interaction with EPA during all phases of the project. The contractor shall develop a preliminary project plan for review with EPA at a project kick off meeting. The project management plan shall indicate the contractor?s project manager, key personnel and contact information, the project time line, progress reports and open issue tracking. Based on the outcome of the project kickoff meeting, the contractor shall deliver a complete project management plan as indicated in the Schedule of Deliverables 3.0 for this contract. This project management plan should also include the submissions, milestones and events to be completed, After Project plan acceptance all further modifications must be approved by the EPA Project Officer. The contractor shall provide on-site supervision of all installation, commissioning and acceptance activities. All contractor personnel new to NVFEL shall receive a briefing by EPA personnel on specific safety and security issues. All contractor personnel and subcontractor personnel must comply with EPA/NVFEL safety and security measures while working at NVFEL. Modification to MEXA 7200 motor exhaust gas analyzer bench. The contractor shall furnish all parts, labor, supervision and equipment necessary to install a FIA-726 heated hydrocarbon analyzer in existing MEXA 7200 analyzer bench FWO No. 2826-6. The analyzer will be configured for single dynamic range 100 ppmc. All necessary plumbing, electrical and computer interface connections will be completed. Also the systems existing SGS (sample gas selector) and SVS (sample valve selector) will be configured within MEXA MCU to run test control as well as linearization on FIA-726. The existing FIA 720 THC analyzer will be abandoned to allow its solenoid manifold within the SVS and SGS to be used for its replacement. Modification to CFV-CVS 48RSH/ED (constant volume sampler). The contractor shall furnish all parts, labor, supervision and equipment necessary to convert CVS control from the micro CVS GPIB controller to a window based control system. Including a new rack computer all necessary plumbing and electrical replacement for solenoid manifolds where necessary. CVS will maintain four dilute sample and four ambient bag-testing capabilities. Bags will be checked for leaks and repaired or replaced as necessary. All CVS communications and electrical modification for test control will be evaluated and replaced where necessary. Interface to MEXA should be LAN T base 10 protocols. Modification to the chassis dynamometer test control system (CDTCS). The contractor shall furnish all parts, labor, supervision and equipment necessary to replace the existing HP 110 HP Unix computer with a new current available model computer (Pentium 4 or higher). The software will be up dated to Linux CDTCS software newest version available as suitable. Application software as well as reports will include current functionality of NVFEL?s certification testsites A002, A055 (including PSU control) and A329 as appropriate for existing test equipment relocation. Capability for Future Impinger bench installation will be available. Cell communications will be updated from GPIB communication to LAN I/O. The contractor will interface CDTCS with weather station already located in test NVFEL test cell. This system must also integrate the measurement system with a separate EPA supplied network interface computer (IFC), Maintaining the same configuration as existing EPA Horiba chassis test cells. The IFC integration shall provide a direct and controlled communication link between the test system and the EPA/NVFEL Laboratory Network System (LNS) via a network router switch. CDTCS will be compatible with Prime One communication protocol via LAN or RS-232 for DOS or Windyne windows based software. The dynamometer video driver?s aid (VDA) equipment for this will be provided by EPA, but integration with these subsystems shall be included as part of the work. VDA will control testing sequence as with existing chassis sites. VDA components and software will be similar to and function the same as existing EPA Horiba chassis sites. The contractor shall furnish a new LL-RMT (low level remote mixing tee) with SAO and boost blower capable of 850 SCFM sample rate. This will be added to the system to replace the existing in floor tunnel. Allowing a close couple connection to the vehicle exhaust, and create better sample mixing prior to the sample probe. This addition will allow adding EPA?s particulate sampling system between the LL-RMT and CFV sample tunnel. The contractor will make all ducting connections from boost blower to SAO on the LL-RMT. Also ducting from the LL-RMT CFV tunnel and auto exhaust. And complete ducting between CFV tunnel and main blower in Mezzanine. The contractor shall deliver a system capable of the measurement, calculation, and reporting of the mass emissions from motor vehicles in accordance code of federal regulation 40 CFR Part 86. The system shall provide the necessary software to calculate the emissions from the CVS. And generate reports consistent with NVFEL?s certification test sites A002, A055 andA329 All parts and labor will have a warranty not less than one year. System Acceptance: The contractor shall develop a comprehensive final acceptance plan, approved by EPA, which will verify that all requirements contained in this Statement of Work, and referenced documents, have been achieved in the delivered system. This is not a request for proposal. However, any firm believing itself capable of meeting EPA's requirement may submit technical documentation to establish the potential of complying with the specifications. Such documentation must be submitted to the point of contact within 10 days of the posting of this notice. A determination not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered only for the purpose of determining whether to conduct a competitive procurement or to proceed on a sole source basis. The applicable NAICS code is 334519. Please submit your request in writing to David Boris at 26 W. Martin Luther King Dr, Cincinnati, OH, 45268 or fax your request to (513) 487-2107, email boris.david@epa.gov. No telephone requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-09-10958/listing.html)
 
Record
SN01862518-W 20090703/090702000954-b41b420e465fb7c2f2ba62187e42fd34 (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.