Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

61 -- Dual Power Equipment

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
DABK09-03-Q-0079
 
Response Due
9/16/2003
 
Archive Date
11/15/2003
 
Point of Contact
Lywana Dollar, 270-798-7200
 
E-Mail Address
Email your questions to ACA, Fort Campbell
(dollarl@emh2.campbell.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are bein g requested and a written solicitation will not be issued. Solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-14. Soli citation is a 100 percent small business set a-side. North American Classification Code is 335999. This will be a firm fixed contract. Item 0001 through 6 is for a 90 KVA Solid state frequency converter with dual output, cart mounted with weather cover with selectable input, 480V/3ph/60 Hz, 220V/3ph/60Hz or 380V/3ph/50Hz, 8 each; 100 foot AC Cable Banded, 16 each; 50 foot AC Input power cord, 8 each; Start Up and Training for 8 units, 1 each; Load Bank Rental, 1 each; FOB delivery date of 1 Dec 03. Any quoted item must meet the following requirements. A. Must be field quality assurance tested by the manufacture. B. Must have a 'one-line diagram' from service entrance to 400 Hz utilization panel or point. C. Spare parts package must include power semi-conductors, power filter capacitors, plug-in logic cards, output switching modules, fuses, and indicator lamp/LED. D. Manufacturer must provide a frequency converter consisting of integrated IGBT driver/power modules and modular construction s olid-state components for 60 or 50 Hz to 400Hz conversion, input/output devices, and ancillary control devices. The 400 Hz frequency converters provided shall be products of the same manufacturer. The unit shall have a calculated MTBF exceeding 24,000 ho urs as calculated when the converter is provided with yearly servicing and maintenance. The converter shall be UL listed to comply with UL 1012. Circuit breakers operating at 400 Hz shall be designed and UL tested for 60 Hz operations and de-rated for 40 0 Hz operations. The converter shall use a 6 pulse input rectification circuit. The converter shall use a step-wave design. The converter shall include field programmable logic with microprocessor control. Provide startup and shutdown instructions post ed on the front of the unit using engraved plastic plate. E. Must be connectable at 480 volt three phase, 60 Hz or 220 volt three phase 60 hertz or 380 volt three phase 50 hertz. Converter shall provide rated output voltage when input voltage is varied plus or minus 10 percent. Normal currents shall not exceed 21 percent of any individual phase current at no load and at full load. F. Must have surge protection capable of sustaining an input surge described in and tested in accordance with UL 1449, loc ation Category B, and continue to operate with no alarms within the specified tolerance. G. Must have a 208/120V, three phases, 400 Hz, grounded output voltage system. Adjustable to plus or minus 10 percent of the rated voltage. The limits over-voltage and under-voltage shall be as defined in MIL-STD-704 plus or minus 2 percent. H. Must have a power output of 90 kVA at 0.8 power factor lagging. I. Must have a minimum output efficiency of 87 at 50 percent load and 91 at 100 percent load. J. Must meet the satisfactory overload/over current operating time based on no more than one overload in any 4 consecutive hours of operation. K. When a bolted line-to-line fault, or a bolted three phase fault is applied to the unit, unit shall be capable of sustaini ng the short circuit current without damage until the protective device interrupts the fault. L. Must provide a high frequency crystal clock to control output frequency of the 400 Hz converter within plus or minus 0.01 percent for all operating condition s, including maximum and minimum specified input voltage, ambient temperature and relative humidity. The frequency regulation shall operate independent of supp ly frequency and load changes. M. The converter shall operate satisfactorily from no load to rated full load under the following conditions: ambient temperatures ranging from 0 degrees C.; relative humidity fro 0 to 95 percent noncondensing; and ambien t pressures from sea level to 3,000 feet. N. Controls must include: start/stop pushbutton, lamp/light emitting diode (LED) test-push-to-test button, alarm reset, emergency power off, circuit breaker, output voltage adjust. The following provision and c lauses are applicable to this solicitation/contract: 52.212-1, Instructions to Offerors Commercial Items with addendum to delete paragraph (e) and (h). 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria Technically acceptability at the lowest cost. Requirement is for Brand name or Equal. Vendors offering an equal item must provide literature to evaluate product. The Government will awa rd a contract to the responsive responsible offeror whose offer is the most advantageous to the Government. All offers shall include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications ?????? Commercial Items, with their offer. 52.212-4, Contract Terms and Conditions ?????? Commercial Items. 52.212-5, Contract Terms and Conditions to Implement Statutes and Executive Orders Commercial Items, with exception of clauses at subparagraph (b); (4), (6), (11), (12), (14), (15) , (16), (17), & (33), and subparagraph (c): (4), and (5), 252.212-7001. Quotation may be Faxed to 270-798-7548 all responsible concerns may submit an offer which will be considered by the agency. All proposals to be submitted to Directorate of Contracti ng, Building 2172, 13 ???? Street, Fort Campbell, Kentucky by 16 Sep 2003; 1:00 PM CT. Point of Contact for questions regarding this solicitation should be directed to Mr. Duzan at (270)798-7857.*****
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 ? & Indiana Streets Fort Campbell KY
Zip Code: 42223-1100
Country: US
 
Record
SN00432334-W 20030913/030911213359 (fbodaily.com)
 
Source
FedBizOpps.gov 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.