Y--RESEARCH "RACETRACK" FLUME

expired opportunity(Expired)
From: Federal Government(Federal)
140G0220Q0082

Basic Details

started - 17 Mar, 2020 (about 4 years ago)

Start Date

17 Mar, 2020 (about 4 years ago)
due - 06 Apr, 2020 (about 4 years ago)

Due Date

06 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
140G0220Q0082

Identifier

140G0220Q0082
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (63289)US GEOLOGICAL SURVEY (5354)OFC OF ACQUISITION GRANTS-DENVER (1238)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for services for fabrication, testing, calibration, and installation of a recirculating research flume. The United States Geological Survey (USGS), Columbia Environmental Research Center (CERC) requires a precision manufacturing firm to fabricate, test, calibrate, and install a recirculating, "racetrack" flume designed to be used for testing larval fish (and other aquatic biota) responses to water depth, velocity, and turbulence per these Technical Requirements: 1. A continuous loop or racetrack flume configuration with an open top. 2. Dimensions (inside to inside, not including glazing). Flume Dimensions Channel width 1.5m Channel Water depth 1m Test section straight length 7m Gap between parallel sections 1.7m Curved end inner radius
0.75m Curved end outer radius 2.25m Flat in curved end 0.2m Freeboard 0.05m Overall length 11.5m Overall width 4.7m Area and volume Total plan view area 35.7m2 Total water volume 35.7m3 Total water volume 9441 gal Total water mass @ 20C 35,673 kg Velocity and Flow Rate Maximum velocity 1 m/s Maximum flow rate 1.5 m3/s Maximum flow rate 23775 gpm a. Disassembled component sections of flume must fit through 6' wide, 7' high double door. 3. Two test sections shall be straight with clear walls, solid floor, open top. Test sections must: a. Accommodate molded bedform inserts. b. Accommodate variable-mesh, vertical screen inserts that shall fit into recessed slots. c. Accommodate inserts for variable bed roughness and bed forms. 4. Curved end turning sections shall have solid floors, guide vanes, open top. Walls or portions of walls shall be removable to expose intake screens for jet propulsion system. a. 3-4 guide vanes shall be installed in each turning section to minimize turbulence. i. The arrangement of vanes shall be required to achieve flow uniformity 1.2, where flow uniformity = (maximum velocity/mean velocity) at a cross section 1 flume width downstream from the beginning of a straight section. ii. In addition, the design shall achieve flow symmetry 1.1, where flow symmetry = the ratio of maximum of the mean velocity in the left half or right half to the minimum velocity in the left half or right half of the test cross section. 5. Propulsion: The flume system shall have two propulsion systems, paddle wheel and jet. a. Paddle wheel system to achieve bulk velocity 0 - 0.5 m/s, to be used for passively drifting eggs, free embryos, and larvae that shall be circulated completely around the flume. i. Design must be removable, electronically controlled by variable frequency drive. ii. Velocity feedback shall be provided by a submersed ultrasonic probe. iii. Design must demonstrably minimize vertical velocity components by providing for near vertical entrance and exit of paddles. iv. Design must demonstrably minimize impingement on test organisms. b. Jet system to achieve bulk velocities 0-1.0 m/s for testing of older organisms in confined, straight sections. i. Sufficient water shall be withdrawn and re-introduced via the jet system to maintain the target bulk velocity. ii. Jets shall be located at each turning section and shall be individually tunable. iii. The jet system shall be manually removable when not in use. iv. Water withdrawal shall be from the walls of the turning sections through a wedge-wire screen or similar material. These intakes shall be fully covered for paddle operation mode. v. Flow shall be provided through a metered centrifugal or axial flow pump with VFD control. 6. Materials a. Materials must be compatible with working fluid and not harmful to early stage aquatic life. i. Acceptable materials for contacting water: Glass, acrylic, PVC, aluminum, stainless steel, 100% pure silicone caulk. No copper, zinc, or lead materials allowed. b. Design must minimize surface discontinuities to minimize turbulence, enhance ability to clean the flume. c. Design must minimize noise and mechanical vibration during operation. d. Structural support members shall be fiberlass modules with embedded steel reinforcement with flush gasketed and bolted connections. i. Vibration damping pads required under vertical supporting members. e. Solid walls shall be fiberglass with smooth, gray gel coat finishing. f. Clear walls in test sections will be standard clear glass with 0.5 inch thickness. 7. Water conditioning. a. The water shall be fresh, although may be constituted to a range of hardness or opacity via other processes not the responsibility of vendor. b. Water system shall have capacity to exchange 2-4 times the flow volume per day for chemical adjustments and filtering. c. Water temperature shall be adjustable 10 - 28C through heat exchangers built into the flume as part of the turning vanes. 8. Maintenance considerations. a. Fabrication must allow for easy cleaning of flume; avoid recesses and surface discontinuities. b. A bottom drain must be installed for draining the flume. 9. Flume controls and instrumentation framework a. Temperature i. Temperature controls must allow for extended run (2 weeks) maintaining within +/- 0.5C of setpoint. ii. Heating requirement 20C to 26C (preliminary): 25 kW (84,000 BTU/hr). iii. Cooling requirement 20C to 14C (preliminary): 17 kW (58,000 BTU/hr). iv. Temperature adjustments will occur in the flume via a closed-system heat exchanger. v. Two temperature sensors will be incorporated into the flume. b. Bulk flow rate. i. Provide a fixed (area-velocity) bulk flow measurement sensor for feedback for control of recirculation system. c. Controls software i. Provide software with a graphical user interface for setting drive frequency for jet pump and paddlewheel, feedback from area-velocity flow meter, temp sensor. ii. Manual (digital) adjustments of propulsion set points. iii. Provide digital input/outputs for data acquisition and logging, using open source code (python) for future modifications. d. Instrumentation mounting system i. Provide traverse rails for ADV system and mounting a PIV laser. Straight, level rails along both straight test sections, that will allow for add on 3-axis measurement carriage. ii. Instruments and instrument carriage supplied by CERC. 10. Coordination of enclosure design. a. The flume shall be housed in an enclosed room provided by CERC in the main wetlab. b. The vendor and CERC staff shall consult about electrical, plumbing, air-handling, and water-conditioning (heating, cooling, water quality) requirements for the space at least 8 months in advance of installation. 11. Assembly, testing, installation, and training a. Flume equipment and systems to be assembled at the vendor's place of business for testing of structure, glazing, propulsion systems and controls, built-in sensors and controls, and flume-mounted heat exchange system. i. The system shall be tested to document that velocity distributions meet flow uniformity and flow symmetry requirements (4.a.i, 4.a.ii) b. Assembled equipment to be tested for leakage, correct operation, and attainment of specifications. CERC representatives will be present to evaluate at this stage. c. Flume shall be disassembled, crated, and shipped to CERC. d. Flume shall be reassembled (installed) by vendor's staff at CERC, re-tested for proper operation. e. Vendor shall provide training covering all aspects of operation and equipment. Deliverables 1. The flume apparatus as described in specifications above. 2. All manuals and design documents for the flume and subsystems. 3. Training for CERC personnel. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 326199. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government shall evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM CST on April 6, 2020. All responses under this Sources Sought Notice must be emailed to bwilson@usgs.gov. If you have any questions concerning this opportunity please contact Beth Wilson at bwilson@usgs.gov.

DEN FED CTR, PO BOX 25046, MS 204  DENVER , CO 80225  USALocation

Place Of Performance : DEN FED CTR, PO BOX 25046, MS 204 DENVER , CO 80225 USA

Country : United StatesState : Colorado

You may also like

ADMISSION RECRUITMENT MAILERS

Due: 04 Apr, 2024 (in 7 days)Agency: Colorado State University Pueblo

Classification

naicsCode 326199All Other Plastics Product Manufacturing
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS