Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2006 FBO #1640
SOLICITATION NOTICE

17 -- Liquid Flow Meters, Straighteners

Notice Date
5/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-06-R-0097
 
Response Due
6/22/2006
 
Archive Date
7/7/2006
 
Description
The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ (NAWCADLKE) intends to enter into fully competitive negotiations with qualified sources of supply for procure commercial off the shelf equipment (COTS) flow meters and flow straighteners (upstream flow straighteners and downstream straighteners with temp ports) to update fleet capability for liquid flow calibration. The NAWCADLKE intends to procure 60 flowmeters (1/2?, 5/8?, ??, 1?) 85 upstream flow straighteners and 253 downstream flow straighteners with termperature ports for shipboard and shore based activities: Flow Straightener Upstream (82C0021R0160) 25 EA. Flow Straightener Upstream (82C0021R0170) 11 EA. Flow Straightener Upstream (82C0021R0180) 7 EA. Flow Straightener Upstream (82C0021R0190) 22 EA. Flow Straightener Upstream (82C0021R0200) 20 EA. Flow Straightener Downstream with Temp Port (82C0022R0170) 55 EA. Flow Straightener Downstream with Temp Port (82C0022R0180) 35 EA. Flow Straightener Downstream with Temp Port (82C0022R0190) 59 EA. Flow Straightener Downstream with Temp Port (82C0022R0200) 58 EA. Flow Straightener Downstream with Temp Port (82C0022R0210) 5 EA. Flow Straightener Downstream with Temp Port (82C0022R0220) 11 EA. Flow Straightener Downstream with Temp Port (82C0022R0230) 30 EA. Flow Meter AN8-6 11 EA. Flow Meter AN10 7 EA. Flow Meter AN12 22 EA. Flow Meter AN16 20 EA. Calibration Sticker (flow meters)(Basic Calibration w/start and due dates) NSP Warranty Sticker (all units)(With start and end dates) NSP Turbine flow-meter standard lengths (taper end to taper end) must comply with the following dimensions (and ranges) provided below: Tube sizes: ??, 5/8?, ??, 1? with corresponding lengths of 2.45?; 2.72?; 3.35?; 3.56? with corresponding flow ranges (gpm) of .50 ? 5.0; 1.25 ? 12.5; 2.5 ? 25.0; 5.0 ? 50.0 with corresponding flow ranges (PPH) of: 190 ? 1,900; 475 ? 4,750; 950 ? 9,500; 1,900 ? 19,000. Ranges are based on MIL-C-7024C, Type 2 at 80 ?F. This equipment is intended for use by Navy personnel in all shipboard and shore based laboratories to monitor and record the flow rates of various fluid types and viscosities. The repeatability for the turbine flow-meter standards shall be ? 0.02% of reading or better with a minimum standard accuracy of ? 0.25% of reading or better. Other specifications include: response time of 3 milliseconds, minimum flow turndown of 10:1 (flow ratio), nominal minimum working pressure rating of 3000 psi, maximum pressure drop across the turbine flow-meter standard of 10 psi (maximum flow, viscosity 1 cstk). Compatibility: The turbine flow-meter standards must be compatible with Cox AN Series flow accessories: 82C0021R series Upstream Flow Straighteners (AN 37? flared fittings); 82C0022R series Downstream Flow Straighteners (AN 37? flared fittings). Calibration Standards Specifications (CSS 06-159 and CSS 06-160) were developed to define the flow meter and flow straightener requirements. Standard factory calibration is required. All items will be under-go special calibration by a Navy laboratory. The solicitation will request technical literature, past performance information and pricing. In addition, technical certification will be required. Acceptable certification methods shall include: submittal of an accredited independent laboratory analysis to clearly defined specifications; proof of certification by a DoD laboratory/activity such as the Army or Air Force, prior certification by the Navy (if the Navy has used the devices before or tested them due to performance of a competitive market analysis) with no specification related problems. In the event that an offeror has not previously been technically certified, the government will offer to test/certify the proposed items as follows: a) offeror must have a reasonable chance of winning the contract based on all other solicitation criteria; b) the offeror must have either no prior certification or have presented certification that the government deems unsatisfactory; c) the offeror must request certification test by the government based on a) and b) above. Any candidates selected for Navy test certification, must submit their sample unit/units within 14 days of the Government?s request to provide the sample/samples (2 samples of each item are required) Technical will be more important than the other criteria. Award will be made to the best value offeror in accordance with evaluation factors contained in the solicitation. The contractor shall supply all labor, equipment and consumable supplies to manufacture in its entirety. The Government does not own data rights or technical drawings. The Government is anticipating a Firm Fixed Price type contract. Inspection and acceptance shall occur at source. All finished items are to be shipped FOB destination by 1 JAN 2007. In addition, the packing/packaging will be best commercial practice. A Request for Quote (RFQ) will be faxed upon request. However all requests must be received within 30 days. Responses should reference N68335-06-R-0097. N68335-06-R-0097 will be issued on or about 15 JUNE 2006. The point of contact is Mary Ellen Eisele at (732) 323-4668. E-Mail: Maryellen.eisele@navy.mil All contractors seeking award must be registered in the Central Contractor Registration (CCR) database. Contracts cannot be awarded to contractors unless they are registered. For CCR information contact the CCR Registration Assistance Center (RAC), at: 888-227-2423, or contact the CCR Program Office by e-mail at: contact.ccr@us.pwcglobal.com
 
Record
SN01055001-W 20060524/060522220845 (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.