Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

66 -- Procure two Ultrasonic Flow Meters for NVFEL

Notice Date
10/10/2018
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
OAR NVFEL SACO US Environmental Protection Agency USEPA Purchasing 2565 Plymouth Road Mail Code PURCH Ann Arbor MI 48105 USA
 
ZIP Code
00000
 
Solicitation Number
68HE0M18Q0053
 
Response Due
10/25/2018
 
Archive Date
12/25/2018
 
Point of Contact
Taylor, Angel M
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS Ultrasonic Flow Meters for EPA NVFEL The U.S. Environmental Protection Agency (EPA), Testing and Advanced Technology Division (TATD), National Vehicle and Fuel Emissions Laboratory (NVFEL), Ann Arbor, Michigan, intends to purchase two (2) Ultrasonic Flow Meters (UFM) with the option to increase quantity up to one (1) UFM. The acquisition of this Commercial item will be subject to full and open competition and will be processed in accordance with FAR Parts 12, and include option item. The North American Industry Classification System (NAICS) code is 334516 Analytical Lab Instrument Manufacturing with a size standard of 1,000 employees. The UMF will be used to perform Code of Federal Regulation engine emissions testing. The engine intake airflow meter operates under a slight vacuum as air is drawn from inside the test cell, passes through a filter, and then through the flow meter to the engine under test. A full and open competition solicitation will be issued for two (2) nominal 6-inch diameter engine intake air UFMs, with an option to increase quantity up to one (1) UFM, within one (1) year from award. The UFM shall meet the minimum requirements specified below, including shipping, pressure transducer, temperature sensor, standard signal and power cables, and signal conditioner or amplifier where applicable. A localized, compact configuration is preferred, with electronics integrated into the UFM. 1.The UFM must have a usable range of 30 to 1000 SCFM of air. The accuracy must be within 2.5% of point, or 0.5% of full scale, whichever is less (for 10x diameter upstream, 5x diameter downstream straight pipe). The UFM design must prevent sensor crosstalk. The contractor must supply standard calibration documents with each UFM. 2.The UFM must be a wetted design, with the tube body constructed of 316 Stainless Steel and having 6 ASME B 16.5 150 lb RF flanges on both ends. 3.The UFM must provide a measurement frequency and reported update rate of 10 Hz or faster. The UFM must provide filtering for the output data. 4.The UFM must be capable of operating within 25 5 C, with flow sensors optimized for the slight vacuum an engine intake air flow meter experiences (98 101 kPa absolute). 5.The UFM must be capable of operating on 12 vdc, 24 vdc or 110 vac power. 6.The UFM output must be capable of 0-5 vdc, 0-10 vdc, or 4-20 mA. 7.Each UFM must include printed and electronic setup and instruction manuals written in English (USA), and a copy of any available user s software (programming in English). 8.Each UFM must have a minimum 1-year warranty. 9.Each UFM must include the following (if applicable to the UFM design): The full Statement of Work, which will be included in the solicitation, describes and sets forth all requirements for the RDS. Award will be made on a Lowest Price Technically Acceptable basis. The full solicitation should be issued on or about October 26, 2018 on FedConnect.net. This office does not intend to mail hard copies of the solicitation. Point of Contact for this requirement is Angel Taylor, Contracting Officer, at (734) 214-4745, or by email at Taylor.Angel@epa.gov or OARNVFELSACO@eap.gov. Questions must be submitted in writing to Angel Taylor or OAR NVFEL SACO via email. Telephone queries will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d5d858f38f850b571773496cab301810)
 
Record
SN05119086-W 20181012/181010230659-d5d858f38f850b571773496cab301810 (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.