Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

99 -- Aquacell Sampler

Notice Date
9/9/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - MP - Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
R10PS20297
 
Response Due
9/13/2010
 
Archive Date
9/9/2011
 
Point of Contact
Rosana Yousef Goarji Contract Specialist 9169785004 ryousefgoarji@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a notice of intent to solicit and negotiate with only one source under the authority of FAR 13.106(b)(2), as supplemented with additional information included in this notice. The applicable North American Industry Classification System (NAICS) Code is 334513. This is the only announcement that will be issued prior to award. The Government intends to award to Aquamatic Limited. The Environmental Affairs Division of Reclamation conducts routine water quality sampling on the Delta Mendota Canal (DMC). Automatic samplers (autosamplers) are used to sample the water and record the data at predetermined intervals. The automatic sampler must be capable of providing the user with a representative sample of the wastewater, stormwater, process water, or wastewater discharge. The autosampler must have the following characteristics: Technical Requirements - GeneralA. The autosampler must accommodate a choice of four sample collection vessels including: 25-liter container, 12 x 1 liter PET bottles, 12 x 1 liter glass bottles, 24 x 1 liter HDPE bottles. B. The autosampler must incorporate a design that allows quick changing of the sample collection vessels. C. The autosampler must provide an open aluminum frame structure that provides clear visual observation of the collected samples. D. The design must incorporate a clear lid that allows the user to see that each sample is deposited correctly into its container. E. The autosampler must be able to provide the U.S. EPA-recommended transport velocity of 2 feet/second up to the rated lift height. F. The autosampler must be able to provide a nominal velocity of 1.64 feet/second to a lift height greater than 23 feet. G. The autosampler must collect the sample through the sample intake strainer constructed of 5 x 1/2-inch diameter machined holes, and then through an increasing diameter tract to 5/8-inch sample discharge. H. The sample intake hose must have an inside diameter not less than 5/8 inches. I. The autosampler must collect the sample via a vacuum-based system. J. The autosampler must have an infinitely adjustable sample intake volume of 10 to 500 milliliters and allow for a larger total sample volume through programmable multiple samples. The sample intake volume adjustment must be viewable through the sample chamber. K. The autosampler must allow for an intake sample media temperature up to 140 degrees F (60 degrees C). L. The autosampler must provide for a programmable and variable sample pre-purge time and post-purge time in seconds. M. The autosampler module must verify each sample received into the sample cup via stainless steel probes. N. The autosampler must have accuracy greater than (+0.5% &-0.5%) and repeatability of (+5% & -5%). O. The autosampler module must have the capability of being configured as a portable temperature-controlled sampler, a compact portable sampler, a wall mounted sampler, or stationary sampler without factory intervention or factory programming. P. The autosampler must be configurable to collecting samples for trace analysis when equipped with a Teflon and glass sample tract option. Technical Requirements - MechanicalA. The autosampler must have dimensions reasonably close to 31 inches H x 18 inches W x 18 inches D. B. The autosampler weight excluding containers must be less than 20 pounds. C. The construction of the sampler and collection vessels must be plastic moldings with tubular aluminum connecting components. Technical Requirements - Materials of ConstructionA. The construction of the sampler and module must be of sealed polyurethane moldings with stainless steel components. B. The sample chamber must be constructed of acrylic or glass with volume labeled as ml. C. The sample chamber top must be constructed of polypropylene, stainless steel, and silicon rubber; or constructed of PTFE, stainless steel, and silicon rubber. D. The sample intake hose must be braided PVC or braided PTFE. E. The sample intake strainer must be constructed of stainless steel. Technical Requirements - Controls and CommunicationsA. The autosampler must have a 17-button keypad with 16 x 2 alphanumeric liquid crystal display. B. The autosampler must be capable of taking samples based on all of the following inputs: 1. Internal programmable time function. 2. Output from 4-20 mA device. 3. Remote control through a pulse input or dry contact pair (volt free). C. The autosampler must provide a sampler-acquired output that provides a normally open (NO) dry contact (volt free) 50V DC 1A contact pair that will close for 2 seconds when the sample induction phase is terminated by water bridging the electrodes in the sample chamber.D. The autosampler must provide a sampler malfunction output that provides a normally open (NO) dry contact (volt free) 50V DC 1A contact pair that will close when system is healthy and open for 2 seconds or longer when one or more of the following fault conditions occur:Probe open circuitProbe short circuitGuard probe hitLow voltageTimed outTemperature sensorSampler failedPower supply failed (where there is no battery backup)Ancillary signal cable open circuit E. The autosampler must be capable of logging sample time in date, month, year, hours, and minutes, and of logging any events or error codes into non-volatile memory. The data log shall be viewable via the LCD. F. The autosampler must be capable of downloading sample events to an external computer when equipped with an RS-232 output. Technical Requirements - ElectricalA. The autosampler must be available to accept AC input voltages of 110VAC, 220VAC or 230VAC (with AC connection). B. The autosampler must be available with a 12VDC (7 Ah) internal battery power. C. The autosampler must be available with a float-charged backup battery rated at 12VDC 7Ah (with float charger option). D. The autosampler must be available with a 12VDC external power source (with external battery connection option). The automatic sampler must also be capable of accepting external 12VDC from a regulated solar panel system (with external battery connection option). E. The automatic sampler current/power consumption shall be: 5A at 12VDC, 335 VA at 110VAC, 335 VA at 220VAC, 335 VA at 230VAC. Technical Requirements - EnvironmentalA. The autosampler must provide IP 65 rating. B. The autosampler must operate over a range of 14 degrees to 122 degrees F (-10 degrees to 50 degrees C). C. The autosampler electrical and electronic components must be housed in a humidity-controlled enclosure and contain a replaceable desiccant bag with three-stage humidity indicator on the control panel. D. The autosampler must have a lockable front cover that can be combined with 'loop through' security cords to provide protection in vulnerable locations. Technical Requirements - Standards ComplianceA. The autosampler shall comply with water quality - Sampling - Part 10: Guidance on sampling of waste waters: ISO 5667 - 10. B. The autosampler shall be CE Marked and comply with EMC Directive 2004/108/EC and Low Voltage Directive 2006/95/EC All inquiries and/or concerns must be addressed to Rosana Yousef Goarji at ryousefgoarji@usbr.gov and be submitted by September 13, 2010, 09:00am PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14660f4147efe02be0aa4abb9c9e3cdb)
 
Place of Performance
Address: Sacramento, CA
Zip Code: 958251898
 
Record
SN02274381-W 20100911/100909235406-14660f4147efe02be0aa4abb9c9e3cdb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.