Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
SOLICITATION NOTICE

59 -- VACUUM FAULT INTERRUPTER SWITCHES - SOLE SOURCE

Notice Date
8/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
PR4200123815
 
Response Due
8/12/2005
 
Archive Date
8/4/2006
 
Description
This notice is being issued as a Request for Quotations (RFQ) for two (2) each Vacuum Fault Interrupter (VFI) Switches Model No. TNI42-376-12-9L. 15 kV, 95 kV BIL, SF6 insulated, Dead-Front, Padmounted, Front Operation/Back Entry, Four way, Three position (Open-Close-Ground), Type TNI-9L. Switch to include: Line Side: ? Two (2), 3-phase, three position (Close, Open, Ground) SF6 switches. ? 630 Amp continuous and loadbreak. ? 25 kA asymmetrical momentary and close into fault rating. ? 600 Amp Apparatus Bushings per ANSI/IEEE 386 fig. 11* - elbows not included ? Switch ratings per ANSI C37.71-1984 and C37.72-1987. Load Side: ? Two (2) 3-hase 600 Amp vacuum interrupter with three position grounding switch. ? Type 3 Electronic Trip Module housed in a NEMA 4X enclosure, with: - Three phase or single phase short circuit protection - Vacuum fluorescent display - Operation and programming by keypad or laptop via RS 232 (on front panel) or RS 485 (on terminal block) serial communication interface (software driver uses MODBUS RTU protocol) - Manual trip button - Adjustable time delay - Ground fault trip - Inrush restraint - Phase location and magnitude of fault location - Readout of real-time values - User selectable instantaneous trip capability - User selectable minimum response time - 12 field selectable trip settings from 15 through 300 Amp to include: 15, 20, 25, 35, 45, 60, 75, 100, 125, 175, 225, and 300 Amps. (Alternately, 30 through 600 Amp available if specified by time of order. Settings include: 30, 40, 50, 70, 90, 120, 150, 200, 250, 350, 450, and 600 Amps.) - 30 field selectable time current curves: E Speed Slow, E Speed Standard, Oil Fuse Cutout, K Speed, QA Speed, EF Speed, NX35-C, CO-11-1, CO-11-2, T Speed Slow, CO-9-1, CO-9-2, 280ARX Recloser, CO-9-4.5, Centerior A, Kearney KS, CO8-Time Dial ?, CO8-Time Dial 1 to 11, GE-IAC53 Relay, F Speed. (Factory preset to E Speed Slow unless otherwise specified) ? 200 Amp Deepwell Bushing per ANSI/IEEE 386 fig. 3* - elbows and inserts not included. ? 19.2 kA asym./ 12 kA sym. maximum interrupting rating ? Interrupter ratings per ANSI C37.60-1981 Standard Components: ? Factory filled with SF6 gas. ? Tank painted light gray (ANSI 70) ? Five (5) 1/2?- 13 NC grounding provisions, one per way plus one per tank. ? One removable aluminum operating handle for load break switches and fixed stainless steel operating handles for each vacuum interrupter. ? Padlockable operating mechanism- padlocks not included. ? Open /Close indicators on all ways. ? 3? diameter circular viewing window to verify Open/Close position, two per way on the line side plus three per way on the load side. ? Color-coded ?Go/No Go? pressure gauge. ? ?? male flare brass schraeder valve with cap. ? Four (4) removable 1 ?? diameter lifting provisions on the enclosure to provide balanced lift. ? 300 Series stainless steel and/or brass external fittings and hardware. ? 300 Series stainless steel nameplates and aluminum line diagram. Options Included: ? Welded ?? 304 stainless steel tank and frame. ? Parking stands for all bushings. ? 12 gauge 304 stainless steel enclosure with 26.9? cable compartment, painted green (Munsell no. 7GY3.29/1.5). Meets ANSI C37.72 & C57.12.28 standards. ? 36? minimum bushing height ? Provisions for motor operators on all ways ? Auxiliary contacts wired to junction box ? Provisions for future low pressure warning device 304 stainless steel tank and enclosure This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement is a sole source notice that constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Sole Source Requirement for G & W Electric Co., Blue Island, IL. Competition is impractical for the following reasons: One of the new switches will be used to replace one of the defective switches currently being installed along Cape Canaveral Air Force Station (CCAFS) Beach Road. Due to space and the length of the existing 15 kV cable, the new vacuum fault interrupter switch has to have the same physical dimension and bus configuration as the defective switch. Due to this hard requirement, no manufacturer other than G&W can provide these switches. The defective switch will be sent back to G&W for warranty works and then returned to NASA. The provisions and clauses in the RFQ are those in effect through FAC 05-04. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 335313 and 750 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to KSC is required within 12 weeks ARO. Delivery shall be FOB Origin from Blue Island, IL. The DPAS rating for this procurement is DO-C9. Offers for the items described above are due by August 12, 2005 to Linda A. Ranow and must include, solicitation number, FOB Origin to Kennedy Space Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), DUNS number, cage code, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product offered is other than domestic end product as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7, 52.209-6, 52.247-32, 1852.215-84, 1852.225-70. 1852.223-72. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.233-3, 52.223-4, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.225-15, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Linda A. Ranow not later than August 11, 2005. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#116913)
 
Record
SN00862772-W 20050806/050804212822 (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.