Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2005 FBO #1142
SOLICITATION NOTICE

30 -- 231 Power Distribution Transformers of Various MVA

Notice Date
8/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, Project and Contracting Office, Project and Contracting Office, Iraq, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09316
 
Solicitation Number
W914NS-04-Q-2423
 
Response Due
9/22/2004
 
Point of Contact
Roy Harris, Contract Administrators, Phone 703-343-9219,
 
E-Mail Address
roy.harris@cpa-iq.org
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAL IN FEDERAL ACQUISIION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS NNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation, W914NS-04-Q-2423 is issued as a Request for Quotation (RFQ). This action is unrestricted and provides for full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 335311. The Project and Contracting Office (PCO), Baghdad, Iraq has a requirement for 231 Power Distribution Transformers of various MVA to be delivered 60 days ARO to Baghdad, Iraq. Detailed shipping instructions will be included with the actual award document. Description and minimum specification requirements are: DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST 5 MVA, 33/11.5kV, oil filled, self cooled, HV-Delta, L.V. wye neutral brought out, per IEC76, on –load tap changer on H.V. Wdg. With 1.5% tapa from +7.5% to -10% per Ministry of Electricity standard design 1 EA 10 MVA, Same Specification as 5 MVA transformer 1 EA 16 MVA, Same Specification as 5 MVA transformer 2 EA 31.5 MVA, Same Specification as 5 MVA transformer 2 250 KVA, 110/0.4 kV per Ministry of Electricity Specification D-26, dated 2001. 75 EA 400 KVA, 11/0.4 kV per Ministry of Electricity Specification D-26, dated 2001. 75 EA 630KVA, 11/0.4 kV per Ministry of Electricity Specification D-26, dated 2001. 75 EA Spare Parts as stated below 1 L/S Special Tools 1 L/S SPECIFICATION D-26, REVISED 2001 The successful vendor shall provide all design, manufacture, testing, transportation, and supply of transformers identified in the above table in accordance with this specification. The successful vendor shall supply 11000/416 volt, oil immersed copper winding outdoor type (directly under the sun) transformers to be supplied complete with all necessary fittings, accessories off-load tap changer, insulating oil and spare parts. The transformers are to be hermetically sealed (without conservator tank) bolted cover with bushing insulators on both H.T and L.T sides for the following rating: 100, 250, 400, Box type for rating 630 and 1000 KVA. The transformers shall be of quality and design for continuous satisfactory operation and continuity of supply is of prime consideration. The design shall allow all necessary precautions for the safety of operation and maintenance of personnel. The transformers shall operate satisfactorily under variations of load, voltage or short circuit or other conditions which may occur on the system provided that these variations are within the assigned rating of the apparatus. All equipment shall be designed to elevate the risk of accidental short circuit. The materials used shall be suitable for the following climatic conditions prevailing at the site: Highest Maximum Temperature (in shade) +55C for about 6 hours per day. Lowest Minimum Temperature -10C Maximum yearly average Temperature +30C Maximum daily average Temperature +40C Black objects under direction sunshine attain a temperature of 80C Maximum air humidity: 92% at 40C Minimum air humidity: 12% Yearly average humidity: 44% Altitude: From sea level up to 1000m In general the atmosphere is dusty which may result in a layer of dust being deposited on all exposed surfaces. Also fine dust particles may penetrate even through minute openings. System Data: High voltage side: - Nominal voltage 11000 Volts Short Circuit Level 25KA at 11000 Volts Frequency 50 HZ Highest System Voltage 12000 volts System: 3 phase, 3 wire with neutral isolated but a provision is made for earthling, through an earthling resistance of 21.1 ohms to limit the earth fault current to 300 Amp. Low voltage side: - Nominal voltage 416/240 volts system Short Circuit Level: According to the short circuit level of H.T. side and the rated power of the transformer. All equipment shall be in accordance with the latest issue of the International Electro – Technical Commission (IEC Specification). Any deviation from the above specifications must be noted in the proposal. Guarantee. The successful vendor must warrant and guarantee the transformers against all defects arising from faults design, materials, and workmanship for a period of 12 months from commissioning or 18 months from arrival whichever expires earlier. The transformer shall operate in distribution systems where most of the network is copper winding, hermetically sealed of the bolted cover and should have the following characteristics: Rated outputs ONAN…100,250,400,630, and 1000 KVA. Duty…..step-down, outdoor bushing type for 100,250,400, Box type for 630 and 1000 KVH. Type…Wound, 3-phase Rated voltage at no load…H.V. 11kv L.V – 416 Volt. System Frequency…..50HZ Interphase Connection….H.V. Delta L.V – star with neutral brought out. Vector relationship….Dyn 11 Type of Cooling…ONAN Temperature rise……(i) 45C in top oil by thermometer (ii) 50C in winding by resistance. Off circuit tapings…..five tapping for – 2.5% - 5% on the H.T winding for off circuit operation externally. The machine must be of the robust and definite position type with a click indicating position arrived during tap changing. System Highest Voltage…H.V side 12kV Terminal arrangement of transformers: - The 11kV side terminal is to be a clamp type with eyebolt and nut suitable for conductors up to 150mm² copper. The low voltage terminals are to be flat bar type with holes suitable for compression type thimble the sizes of L.V. side. For 100 KVA transformer 4x1x70mm² copper. For 250 KVA transformer 6x1x195+1 70mm² copper. For 400 KVA transformer 7x1c150mm² copper. For 630 KVA transformer 11x1x240mm² copper. For 1000 KVA transformer 14x1x240mm² copper. Terminal arrangement of outdoors transformers must be brown colored bushing insulator mounted on the top cover of transformer for both H.T. and L.T., with arcing horn on H.T. bushing for outdoor transformer only. Neutral bushing should be distinguished from phase bushing. For box-type transformer a suitable iron box cover for the top bushings. Fittings and accessories: Terminal Marking Plat, Tapping switch, Valves ¾ B.S.P. fitted on cover and bottom of tank, switch cocks, thermometer pocket, lifting lugs, pressure relief valve, earthling terminal on tank, rating and diagram plate to be chromium plated of the engraved type, skid mounting to be vertical with the length of the transformer, oil level indicator, to be mechanical type located on the top cover of transformer to avoid oil leakage, covered by a metallic envelop. Painting: A primary coat shall be applied immediately after cleaning all ungalvanized metallic parts thoroughly. An oil and weather resistant type second coat shall then be applied and the transformer finished in aluminum paint. Insulating oil: The transformers shall be shipped with first filling of oil which shall be SHELL DIALA (B). Loss Evaluation: The tolerance permitted is +10% of the evaluated guaranteed total losses mentioned in the offer. Any transformer with total losses more than +10% will be rejected. Inspection: The material shall be subjected to inspection and test by DCMA Quality Assurance personnel at any time during manufacture. The manufacture shall provide all inspection facilities for the said inspection and inspection shall be made at the place of manufacture or at a placed determined by the DCMA. The DCMA Quality Assurance personnel shall have the right of rejecting any portion of the material at any time during manufacture if it does not meet with the requirements of this specification. He shall have the right of overseeing the packing and shipping of all material to be supplied. Test at Manufacture Site: Test at manufacture’s site shall comprise of Test of temperature rise (Clause 41 of IEC 76-1967) and Full – wave impulse-voltage withstand test clause test (45 of IEC 76/1967) and routine tests specified in section twelve of IEC 76/1967. The costs of all testing shall be borne by the manufacturer. Unless otherwise agreed to, all factory test shall be witnessed by DCMA Quality Assurance personnel. Test Reports: Five copies of all test reports will be mailed within 7 calendar days after the test have been completed. The reports will indicate the test results of the test, the calculation of performance of the items and the guarantee figures to show that each apparatus performs the conditions of the specification within the guaranteed limits. Test Certificates: The successful vendor shall furnish the DCMA Quality Assurance personnel with 6 copies of test certificates. No equipment shall be shipped without obtaining the DCMA Quality Assurance personnel prior approval of the certificates. Documents to be submitted with quotation: Full and technical specification of transformers. An outline drawing showing the plan, front and side elevation of the transformers, dimensions, terminals, equipment, and all accessories of the transformers. Catalogs of the manufacturer for transformers. Valid ISO-9001 certificate of the manufacturer for transformers. Test certificate for identical transformers. Reference list of manufactured and exported transformers. Documents to be submitted by the successful vendor: Within a period of 4 months from the date of award of the contract, the successful vendor shall furnish the following documents. 24 sets of prints on paper of all drawings, 24 copies of all instruction books and technical maintenance of the transformers, Off Load tap changing gear and other ancillary equipment, 24 copies of instruction for erection of the equipment, and 24 copies of spare parts list with catalog number. Language: All documents stated in this specification shall be submitted in the English language. Dimension: Due to the space requirement in the system, it is important for the vendors to make sure that the dimension of each type of the required transformers to be as small as possible. The following table is indicative of the maximum size for each transformer type: Transformer KVA Length MM Width MM Height MM 100 1220 600 1200 250 1230 700 1300 400 1400 1000 1400 630 1500 1200 1600 1000 1500 1300 1800 Approval of Drawings: The successful vendor shall prepare and submit to the Contracting Officer all necessary drawings complete with explanations for approval prior to commencing manufacture. Failure to comply with this requirement shall make the equipment or parts liable to rejection. Packing: The successful vendor shall pack or protect the goods in the most appropriate manner. The method of packing shall be such as to protect all the items against excessive corrosion of dampness, and shall afford adequate protection against breakage or other injury, or loss due to breakage of cases or crates from the time the items leaves the factory until inspected and accepted by the DCMA Quality Assurance personnel. Each item shall be packed for export shipment and all parts provided for shipping purposes only and which are to be removed at the time of erection shall be conspicuously tagged. The method of packing shall be such as to protect all the items against excessive corrosion, or loss due to breakage of cases or crates from the time it leaves the factory until final delivery at destination. During shipment the apparatus will travel by rail, sea, and truck. During the transport these items will be subject to exposure to heavy rain, hot sun, humid climate and sudden changes of temperature. Due to the numerous handlings, the containers shall be strong enough to withstand the extraordinary conditions Spare Parts: The following spare parts shall be included in the quote for each transformer: Part Qty in Percentage H.T/L.T Winding 3% H.T bushing with it’s accessories 10% L.T bushing with it’s accessories 10% Tap changer 3% Pressure relief valve 2% Oil level indicator 10% Cover gasket 10% Special Tools: All special tools required for maintenance of the transformers shall be included in this scope. An itemized listing of special tools shall be submitted with the quotation. Descriptive Information Required: The following descriptive information is required to be provided WITH the quotation for each transformer. Failure to provide this information may be cause for rejection of the quotation. a. Name of Manufacturer b. Country of Origin c. Standard on which performance data is based. d. Continuous maximum rating for the specified (1) Temperature rise and ambient temperature (2) ONAN rating – (KVA) e. Rated temperature rise – (c) (1) Oil by thermometer (2) Winding by resistance f. Hottest spot temperature – (c) g. No load voltage ratio at normal tap & vector relationships. h. Exciting current referred to H.V and 50 c/s and at.. – (amps) (1) 90% rated voltage (2) 100% rated voltage (3) 110% rated voltage i. Power factor of exciting current at 100% rated voltage and 50 HZ.. – (%). j. Iron losses at 50 HZ and at.. – (kW). (1) 90% rated voltage (2) 100% rated voltage (3) 110% rated voltage k. Copper losses at full load (O.N. rating) and at 75C – (kW) l. Total losses… … .. – (kW) m. Resistance voltage at full load and at 75C … (%) n. Reactance voltage at full load and at 75C … (%) o. Impedance voltage at full load 75C… (1) At normal tap (2) At highest tap (3) At lowest Tap p. Resistance of H.V. winding per phase at 20C… - (ohms). q. Resistance of L.V. winding per phase at 20C… - (ohms). r. Regulation at full load at 75C… (1) 1.0 power factor. (2) 0.8 PF lagging. s. Efficiency at 75C… -(%) (1) 100% load (2) 75% load (3) 50% load (4) 25% load t. Calculated thermal time constant – Hrs u. Maximum flux density at normal voltage and frequency and at normal ration…(KI/sq.cm) (1) Core (2) Yoke v. Maximum flux density at 110% voltage and frequency and at normal voltage and frequency and at normal ratio… (1) Core (2) Yoke w. Insulation of.. (1) Core bolts (2) Core bolts washer (3) Side plates (4) Core Laminations x. Current density in windings – Amps/sq.cm. (1) H.V. Winding (2) L.V. Winding y. Insulation on copper z. Insulation strength of winding. (1) Impulse full wave – (kV) 1. H.V. 2. L.V. (2) Impulse chopped wave – (kV) 1. H.V. 2. L.V. (3) Applied voltage test – (kV) (4) Induced Voltage Test – (kV) aa. Insulation strength of terminals. (1) Over voltage test – (kV) (2) Minimum wet withstand voltage (kV) (3) Minimum impulse withstand voltage (kV) (4) Minimum puncture or oil-immersed withstand voltage (kV) bb. Type of core cc. Tap changer (1) Manufacturer (2) Type (3) Step of one tap in percent of rated voltage dd. Thickness of transformer tank (mm) (1) Sides (2) Bottom (3) Corrugated radiators ee. Weights and dimensions – (Kg) (1) Net weight of core (2) Net weight of copper – H.V. and L.V. (3) Net untanking weight of 1. Core 2. Frame 3. Coil (4) Volume of insulating oil (IMP.Gal) (5) Net weight of insulating oil (Ka) (6) Total weight of transformer less oil (tons) (7) Weight of the largest shipping package (tons) (8) Crane lift for untanking core and coils (m) (9) Crane lift for removal of bushings (m) (10) Dimensions of transformer (m) 1. Under base to top most point 2. Under base to bushing mounting flanges 3. Overall breadth 4. Overall length (11) Overall shipping dimensions of the largest package. ff. Noise level …. dB Oil Characteristics: a. Maker’s Name. b. Reference name of oil c. Sludge value (%) d. Flash Point (Closed) (c) e. Pour Point (c) f. Viscosity at 21 (CST) g. Electric strength (Breakdown KV voltage) h. Acidity (Neutralization value) (1) Total mg/KOH/g (2) Inorganic i. Saponification value mg/KOH/g j. Copper Disceleration (1) Crackle (2) Specific Gravity (3) Sulfer Content (4) Dielectric Dissipation factor (tend) The Contracting Officer will evaluate quotes on the basis of technical, price, delivery, and past performance. The selection of a contractor for award will be based on the quality and specification strength in the area of the Offeror’s technical proposal (offeror shall include detailed product description as specified above that highlights specifications and qualifications). Offerors are cautioned that unsupported promises to comply with the RFQ requirements will not be sufficient. Quotes must provide convincing documentary evidence in support of any conclusionary statements relating to promised performance. The price will be considered, although of lesser importance than the technical proposal. Offerors should provide references for a minimum of three of the offeror’s customers (contracts and/or subcontracts) for items of similar scope. Projects cited and past performance references should be recent (within the last 3 years of the date of the quote). The references should be limited to a brief description of the service provided, together with client points of contact (include email address and phone number of references). Each offeror will be evaluated on their performance under existing and prior contracts for similar services during the past three years. The Government will focus on information that demonstrates quality performance relative to the size and complexity of the procurement under consideration. The offeror’s record of past performance, or the lack thereof, will be an important factor in the assessment of the risk involved in the offeror’s quote. The technical quote will be more significant than the price quotes. However, price and past performance are of equal importance. Offerors should also discuss whether they will be able to comply with the delivery requirements. In accordance with Federal Acquisition Regulation 52.216-1, Type of Contract, the Government anticipates award of a firm fixed price contract, with desired delivery 30 days after receipt of order. The vendor must state actual delivery time in the offer. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation – Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows the proposed unit price for each item and total price for each item and the total price for all items; (2) supporting information for proposed items that demonstrates they understand the specifications stated in the SOW; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor’s Dun and Bradstreet (DUNS) number; (5) Contractor’s Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors – Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions – Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders – Commercial Items (MAY 2000) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (MAY 1999); FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor’s Registration (NOV 2001); De-Ba’athification of Iraqi Society, Coalition Provision Authority Order Number 1, dated 16 May 2003, subject: De-Ba’athification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at htt;://cpa-iraq.org. All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-1) no later than 5:00 P.M. (Baghdad Time, 22 September 2004, to the following email address: roy.harris@cpa-iq.org Attn: Program and Contracting Office. Questions in regards to this quotation shall be directed to Mr. Roy Harris at email roy.harris@cpa-iq.org; faxed quotes will NOT be accepted. Verbal questions will not be accepted and only emailed or written questions will be answered. Copies of above referenced clauses are available at http://www.arnet.gov.far/. Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor’s Registration database (www.ccr.gov) prior to the award of any Government Contract. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-AUG-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 09-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/CPAIRAQ/APOAE/W914NS-04-Q-2423/listing.html)
 
Place of Performance
Country: Baghdad, Iraq
 
Record
SN00732151-F 20050111/050109212314 (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.