Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

61 -- POLE MOUNTED HORIZONTAL & VERTICAL SWITCHES FOR SAN CARLOS IRRIGATION PROJECT, ARIZONA

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Bureau of Indian Affairs, Acquisitions, P.O. Box 10, Phoenix, Arizona 85001
 
ZIP Code
85001
 
Solicitation Number
RMH00060036
 
Response Due
6/13/2006
 
Archive Date
6/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR subpart 12.6, with supplemental information included in this notice. This constitutes the only solicitation. Price quotes are being requested and a written solicitation will not be issued. Solicitation No. RMH00060036 incorporated provisions and clauses identified in FAR Subpart 12, FAC 97-3, as required. NAICS code is 221122. This requirement is a SMALL BUSINESS SET-ASIDE. This project will be procured using commerical item procedures. This procurement is to acquire the following brand new items as described: Item Qty Description 1. 20 Distribution Pole Mounted 14.4 kV, upright, three pole side break integer style switch (Horizontal). 2. 10 Distribution Pole Mounted 14.4 kV, tired outboard three pole integer style switch (Vertical). SPECIFICATION FOR POLE MOUNTED HORIZONATAL & VERTICAL SWITCHES SWITCHES Distribution pole mounted, three phase gang operated load-break, 14.4 kV outdoor switch, tired outboard three pole integer style switch (vertical switch) and the upright three pole side break integer style switch (horizontal switch) integer style device, operated by a reciprocating type handle for the vertical and rotating type handle located at base of the pole. GENERAL 1. The automated distribution switching system shall conform to the following specification 2. The load-break switch shall be an outdoor, three-pole, group-operated, side-break integer style device driven by a single stored energy operating mechanism located on the switch assembly base. 3. The load-break switch shall be available with a steel base, and with cycloaliphatic epoxy resin insulators. 4. The load-break switch shall be configured: (a) Horizontal switch (upright), (b) Vertical (tiered-outboard) 5. The switch manufacturer shall supply all internal wiring for the switching system. The switch manufacturer shall supply detailed as-built diagrams, interconnection drawings, and remote terminal unit point data drawings (as required) TESTING The following design tests shall have been performed on the switch: Interrupting: ANSI C37.34 and IEEE 1247 Dielectric: ANSI C37.34 and IEEE 1247 Radio Influence Voltage: ANSI C37.34, ANSI C37.32, and IEE 1247 Temperature Rise: ANSI C37.34 and IEEE 1247 Short-Time: ANSI C37.34 and IEEE 1247 Fault Closing: IEC 265-1 and IEEE 1247 Mechanical Endurance: ANSI C37.34, ANSI C37.34d and IEEE 1247 Ice Breaking: ANSI C37.34, ANSI C37.34d and IEEE 1247. LOAD-BREAK SWITCH 1. The switch shall utilize an integrated switch operator having no exposed moving parts between the switch and any other device. 2. The interrupters and the stored-energy operating mechanism shall be maintenance-free. 3. The switch shall have integral dead-ending brackets capable of supporting 2000-pound tension-1500-pound tension for extra mounting-pole clearance configurations-per conductor in instances where pull-off forces are applied to only once side of the switch, or 8000-pound tension per conductor in instances where pull-off forces are applied to both sides of the switch. 4. The loading from the jumpers shall not exceed 90 lbs. in line and 30 lbs. perpendicular to the terminal pad-per IEEE Standard ANSI C37.32-1996 Section 8.8.2.2 5. The switch shall include provisions for mounting six surge arresters (three on each side of the switch). 6. The switch shall have a designated lifting point to facilitate installation--dual-point for the upright and upright with extra mounting-pole clearance configurations, and single-point for the tiered-outboard configuration. 7. The switch shall have been tested and rated for at least 2000 mechanical close-open operations. 8. The switch shall be able to continuously carry up to 900 amperes without wind assistance. 9. The switch shall be able to continuously carry and interrupt up to 1000 amperes at ambient temperatures up to 40??C with a minimum wind velocity of two feet per second. 10. The switch shall have greaseless graphite-impregnated contacts that do not require the application of a separate lubricating compound. 11. 60-Hz 12. Load-current Interrupting 900 Amperes 13. Momentary 40,000 Amperes, Asymmetrical 14. Duty-Cycling Fault-Closing 20,000 Amperes, RMS Asymmetrical, Two-Time, 15,000 Amperes, RMS Asymmetrical, Three-Time Nominal kV - 14.4 kV Maximum kV - 17.0 kV BIL - 110 kV OPERATING MECHANISM Switch MUST be capable of automation using the following operating mechanism specifications: 1. The operating mechanism shall be capable of manually opening and closing the switch by means of a vertical operating shaft and in conjunction with a horizontal handle or blade. 2. The operating mechanism shall include: (a) Low-resistance contacts for indication of open/close position, (b) High performance wiping contacts to prevent operational difficulties arising from corrosion or frost. 3. The operating mechanism shall be capable of operating electrically at a voltage between 16 to 24 Vdc. 4. The operating mechanism shall require 70 to 75 pounds of torque while operating. 5. Stored energy in the operating mechanism shall not be released upon large impact load to the switch or pole. 6. The operating mechanism shall be tested in the manner described in Section Labeled "Testing". Delivery is to San Carlos Irrigation Project, 13805 N. Arizona Blvd., Coolidge, Arizona 85228. Required IMMEDIATE Delivery. FOB Destination Quote. Please provide quotes by Close of Business June 13, 2006. Quotes may be faxed to (602) 379-6763 or mailed to BIA, WRO, Attn: Renee Holly, P.O. Box 10, Phoenix, AZ 85001. Offerors will be evaluated in accordance with 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement 2) Delivery Time 3) Price. Offerors are required to PROVIDE A COMPLETED COPY of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items WITH YOUR OFFER. 52.212-1, Instructions to Offerors--Commercial Items, 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5 and Contract Terms and Conditions Required to implement Statutes or Executive Orders--Commercial Items apply to this acquisition. Offeror must be registered with Central Contractor Registration (CCR), http://www.cc.gov or 1-800-227-2423 and MUST PROVIDE PROOF OF REGISTRATION PRIOR TO AWARD.
 
Record
SN01046527-W 20060513/060511221118 (fbodaily.com)
 
Source
FedBizOpps 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.