Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

62 -- Solar Parking Lot/Street Lights

Notice Date
10/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Labor, Employment Training Administration, Treasure Island Job Corps, 655 H Avenue, Bldg 442, San Francisco, CA, 94130
 
ZIP Code
94130
 
Solicitation Number
TISOL32
 
Response Due
10/31/2003
 
Point of Contact
David Imada, Purchasing Supervisor, Phone 415-277-2400x2474, Fax 415-705-1839, - Edna Sapinoso, Purchasing Assistant, Phone 415-277-2427, Fax 415-705-1839,
 
E-Mail Address
ImadaD@jcdc.jobcorps.org, sapinoe@jcdc.jobcorps.org
 
Description
Treasure Island Job Corps Center is soliciting bids for four (4) Solar light units to be delivered to 736 C Avenue, Building 364, San Francisco, CA 94130. The successful bidder will provide equipment only, no installation. The successful bidder must comply with all Federal Acquisition Regulation clauses and be compliant under all related federal statutory requirements and regulations. All interested parties will have to submit their bid with a written response via email (imadad@jcdc.jobcorps.org) or regular mail, to the Treasure Island Job Corps Center 655 H Avenue, San Francisco, CA 94130, Attention: David Imada Purchasing Supervisor by COB on 10/31/2003. All conflicts and requests for interpretation or clarification shall be submitted to the Center representative, Mr. David Imada at imadad@jcdc.jobcorps.org MATERIALS, DELIVERY AND STORAGE 1. Materials shall be delivered in the manufacturer?s original, unopened, tightly sealed containers or unopened packages, all clearly labeled with the manufacturer?s name, product identification, safety information, and batch or lot numbers where appropriate. Where materials are covered by a referenced specification, the labels shall bear the specification number, type and class, as applicable. 2. Containers shall be stored out of the weather and direct sunshine where the temperatures are within the limits specified by the manufacturer. 3. All materials shall be stored in compliance with local fire and safety requirements. The bids shall include all labor, material, warranty costs, and all incidental costs necessary to complete the work. The bids should contain the following information: 1. Business Name and Address 2. Name and Title of representative submitting this proposal and contact numbers 3. Date submitted 4. Description and itemization of labor items and materials. Materials should include the following: Item# Estimated Quantity Unit of measure Unit Price and Total Price Lead time for delivery on site, once the order is placed 5. A copy of the UL certificate should be provided along with the proposal NOTE: All parts and equipment should be specifically as required on the scope work of this solicitation. Any deviation from this request must be clearly identified and supported with relevant information. Payment Terms All invoices will be paid on Net 35 terms after receipt of the solar lights. EQUIPMENT SPECIFICATIONS 1. The contractor shall be required to provide four (4) units of the following solar system: a) Solar Power Unit The solar module shall contain semi crystalline solar cells, protected on the upper surface by low iron tempered glass. The solar module shall have a rugged aluminum frame, riveted to an aluminum pan to protect the entire bottom surface. The aluminum pan shall contain brackets for attachment to the mounting arm at a 45-degree tilt. All wiring connections shall be with weather resistant plugs as to keep installation simple, eliminate incorrect wiring, and prevent exposure to corrosion. Solar modules shall pass CEC and JPL bock V tests. Entire assembly will be rust resistant. Solar panels shall carry a 25-year manufacturer?s warranty. The solar module array should exhibit the following characteristics: Cells: Semi crystalline silicon cells Voltage per peak power: 16+ (volts) Current peak power: 9.50 (amps) ? Total 160 watts Tilt angle: 45 degrees Connections: Weather resistant plug, 4 & 2 pin, color coded Vandal protection: .090 aluminum back plate and Tempered glass front Warranty: 25 year Manufacturer?s warranty on panels b) Luminaire The luminaire should exhibit the following characteristics: Type: SOL cobra-head with a Type III light distribution Lens: Round dome style, prismatic polycarbonate Reflector: Anodized aluminum w/94% specular reflectivity, 25 year warranty Bulb: 32 watt, 4100 Kelvin Lumens: 2400 total lumens Ballast: electronic ballast, 12 VDC, 2.01 Amp, 20-30Khz Wiring connection: Water resistant plug, 2 pin, color coded c) Controller The charge/load controller shall exhibit the following characteristics: Method of charge: Series 2 stage Maximum current: 16 (amps) Wiring connections: Weather resistant plugs, 4&3 pin, color coded Other features: Low voltage disconnect, high voltage disconnect, low voltage reset, dusk and dawn detection, adjustable 1-17 hours, charge status light, load status light, lighting protection, and wired plugs d) Battery Unit The battery shall exhibit the following characteristics: Type: Sealed valve regulated gel Voltage: 12 (volts) Available capacity to LVD: 160 (amp hours) Number of minimum cycles at 30 % discharge: 1300 (cycles) Location of box: high on pole, under panels, avoids heat and vandalism Enclosure: .090 aluminum vented Access Door: Loaded from front Regular maintenance: none e) Brackets and arms The support frame should be constructed of square aluminum tubing, and the luminaire support arm is constructed of aluminum pipe. The panel pan and battery enclosure should be constructed of .090 aluminum. The battery enclosure houses the battery(s) and controller. All hardware should be stainless steel. The over all Effective Projected Area (EPA), of the entire system including luminaire shall not exceed 14.48 square feet and a total weight of 260 lbs. f) The height of the poles should be a minimum height of 16 feet above ground. The pole height should be such as to allow for illumination of a minimum of 0.5 foot-candles for the length of the path.
 
Place of Performance
Address: 655 H Ave, San Francisco, CA
Zip Code: 94130
Country: USA
 
Record
SN00451964-W 20031016/031014213128 (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.