66--WATER FLOW METER
ID: 140R8125Q0046Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking proposals for the procurement of a new portable water flow meter console, specifically the PN 8510+10ACR6, to enhance flow measurement capabilities across over 30 hydroelectric sites. This acquisition aims to replace outdated technology that has been in use for over 20 years, ensuring accurate and reliable flow rate measurements. The flow meter must include features such as weatherproof housing, extensive data logging, and compatibility with existing transducers, reflecting the importance of precise measurement in hydroelectric operations. Interested small businesses must submit their quotes via email by February 10, 2025, and can direct inquiries to Kelly Cook at kcook@usbr.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation is seeking to procure a new portable flowmeter console (PN 8510+10ACR6) to measure flow rates for hydroelectric units across over 30 sites, replacing outdated technology over 20 years old. This acquisition falls under a Firm Fixed Price contract specifically set aside for small businesses, aligning with NAICS code 334513 for instrument manufacturing. Evaluation of submitted quotes will follow FAR guidelines, focusing on pricing and technical merits. Vendors must submit quotes via email by February 10, 2025. The flowmeter must feature various capabilities, including measuring acoustic travel times, compatibility with existing transducers, weatherproof housing, extensive data logging, user-friendly touchscreen interface, and reliable communication with PCs. Provisions include requirements for electronic invoicing through the U.S. Department of Treasury’s Invoice Processing Platform, detailed refund and warranty policies, and clauses on federal procurement regulations to ensure compliance. This strict structure ensures that the procurement process benefits small businesses while maintaining high standards of performance and safety in government operations.
    This document serves as an amendment to a solicitation under contract number 140R8125Q0046, issued by the Bureau of Reclamation in Denver, Colorado. It details how bidders must acknowledge the receipt of the amendment which can be done through various methods, including electronically or via letter. The amendment specifically attaches updated requirement specifications for the solicitation, indicating that it modifies existing requirements rather than extending or altering the overall contract. Offers must be submitted by the specified deadline, and failure to acknowledge the amendment could result in rejection. The key parties involved are identified, including the contracting officer, Rodney Johnson. The document maintains compliance with federal procurement regulations, emphasizing the need for administrative clarity and communication in federal contracting processes.
    The Bureau of Reclamation issued a Request for Proposal (RFP) for the acquisition of two laboratory-grade UV Accelerated Weathering Testers to address the needs of its Materials and Corrosion Laboratory. The requirement includes a machine for exposing materials to UV light and moisture, and another focused solely on UV light exposure for coatings testing. Both machines must comply with ASTM standards and include specific features such as precise light intensity control and the capacity for “Hot Condensation.” The delivery is expected within 90 days of contract award to a designated location at the Denver Federal Center, Colorado. This RFP emphasizes a firm fixed price and is set aside for small businesses, inviting bids that meet the specified technical and operational standards. Potential contractors must possess substantial experience in providing UV systems and demonstrate reliability. The document outlines detailed provisions, clauses, and evaluation criteria to ensure compliance with federal acquisition regulations and to promote the inclusion of small businesses in the contracting process. The initiative reflects the Bureau's commitment to enhancing its testing capabilities for materials used in infrastructure projects.
    Lifecycle
    Title
    Type
    Solicitation
    66--WATER FLOW METER
    Currently viewing
    Special Notice
    Similar Opportunities
    66--FLOWMETER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture or refurbishment of flowmeters, classified under NAICS code 334514. The procurement aims to fulfill critical requirements for liquid and gas flow measurement instruments, which are essential for various defense applications. The contract will include specific quality assurance measures and compliance with military standards, with a focus on timely delivery and adherence to national defense priorities. Interested vendors can reach out to Jordan Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL for further details, and must ensure all submissions are made in accordance with the outlined specifications and deadlines.
    66--METER,FLOW RATE IND, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flow rate indicator meters. The procurement involves the repair of four specific units, identified by part number CMF200M419N0A2EZZZ and NIIN 016168348, with a required turnaround time of 90 days from receipt of the assets. These meters are critical for measuring liquid and gas flow, which is essential for various military operations. Interested contractors must submit their quotes via email to Christopher Campellone by the specified deadline, and they must also comply with government source approval requirements prior to award. For further inquiries, contractors can reach out to Christopher Campellone at 215-697-2530 or via email at christopher.campellone.civ@us.navy.mil.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    UNIVERSAL DAQ SYSTEM
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.
    66--METER,FLOW RATE IND
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of flow rate meters, specifically two units of the item classified under NAICS code 334514. This requirement is categorized as a new spares acquisition, and the meters are essential for measuring liquid and gas flow, which is critical for various defense applications. Interested vendors should note that the solicitation includes specific clauses regarding quality requirements, warranty, and compliance with the Buy American Act, and they are encouraged to reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further information. The contract will be awarded based on the best available options, with no drawings available for this solicitation.
    44--Thrust Bearing Oil Coolers Replacement
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking qualified businesses to provide modern replacement thrust bearing oil coolers for the Spring Creek Power Plant Hydro-Electric Generator. The objective is to replace four original, leaking oil coolers from a 1964 Allis-Chalmers 75 MW hydroelectric generator with ten new drop-in replacement units that meet or exceed the original specifications and adhere to various industry standards. This procurement is crucial for maintaining the operational efficiency and reliability of the hydroelectric generator. Interested vendors must submit their responses, including business size, contact information, capabilities statements, and relevant documentation, by December 16, 2025, at 11:00 AM PST to Mouang Phan at mphan@usbr.gov.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    NREL MMW RO-DI System, Request A and Request B
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking bids for the procurement of a Reverse Osmosis and Deionization (RO-DI) water purification system as part of the Multimegawatt (MMW) Electrolysis project at its Flatirons Campus in Arvada, Colorado. The project includes two requests: Request A for the RO-DI system and Request B for the optional containerization of the system, with the RO-DI system required to support up to 10 MW of electrolysis capability and provide clean water for electrolyzers over the next 15 years. This procurement is critical for the production of clean hydrogen and involves specific technical requirements, including water quality standards and compatibility with various water sources. Interested offerors must submit their quotes by December 8, 2025, at 5 PM MST, and can direct inquiries to Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.