Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOURCES SOUGHT

61 -- Power Converter/Transformer (PCT) Requirements for 53rd Signal Battalion

Notice Date
4/17/2007
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-07-T-0005
 
Response Due
4/24/2007
 
Archive Date
6/23/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Request For Information from U.S. Army Space and Missile Defense Command and Army Strategic Command (SMDC ARSTRAT). Power Converter/Transformer (PCT) requirements for 53rd Signal Battalion: Convert power 208/120, 3 Phase, 50hZ to 208/120, 3 Phase, 60hZ with a wye connector on both the input and output sides. Planned location is on the north end of the main island Japan. The maximum output required is 300 Amps (this replaces a 100KW generator as power source). Prefer converter to also be capable to condition the power, i.e., TVSS. Converter must be able to withstand all weather conditions with minimum protection from rain, snow, summer humid/heat and some salt air corrosion potential (not directly adjacent to the shore). Ambient temperat ures range will be from approximately -20F to 100F. Delivery requirement is to U.S. Army SMDC/ARSTRAT, Peterson AFB, CO 80914 for trans-shipment by government to final destination. I have a copy of a power connection (one line) diagram available. Please send me email requesting it and Ill em ail it to you. What is the input voltage on the primary side of the Site Transformer? The prime power distribution is?4160 v. ?A phase to ground value.? Do we need to supply the transformer and input disconnect to the motor generator (MG) set? We do not have a?transformer at the proposed site dedicated to these requirements; one would have to be purchased and installed by SMDC to support the beddown. I und erstand that to mean that we would provide the funds, but that they would provide all the labor and material to get power to our site, to include the necessary transformer. Again,?we'll have to validate details, but I don't believe that we?will need the MG supplier to provide a transformer nor the secondary feeder and power disconnect for the MG. Do you need a 300A output? If so we would need a 400A feed. Is this available? From what I know about the current and future power requirements for our equipment, we?will probably never exceed a 200a, 3 phase?load at 120/208v. Therefore, I believe?the refe renced?300a output with 400a service feeder would be overkill.??The?supplier should design the MG?to accommodate the max 200a load for our equipment plus whatever load the MG itself generates, to include temporary power (amperage) surge due to motor load s tart upon.??Supplier should be able to provide us with a recommended feeder service size and rated time delay overcurrent protection device (breaker) based upon above and address this in their quote. Is the dB level a concern as it seems that the unit would be outdoors? We believe anything below about 85 dba meets minimum OSHA standards for noise levels and should not be a problem if located outdoors. Our experience (positive) in the past has been with motor-generators. This is our preferred converter type but would consider argument for solid state. Request the following information in your cabilities statement/pricing quotation. 1. Are there recommended spare parts, support equipment or cabinet options? 2. Request the PCT weight and cube information and the weight and cube information in delivered shipping container configuration. 3. Request pictures, hook-up specifications and other drawings that will help our design for installation of the PCT. Are there any ground mounting considerations or recommendations. 4. When operating are there noise hazard considerations? Estimated dB level? 5. What is the warranty provided? Is there an extended warranty plan available and what is the cost? 6. What is the maintenance concept? Are there operator requirements? Do you provide reach-back assistance or do you envision on-site requirements from your organization? 7. What safety certification will the unit have? 8. What are transportability options? (sling, forklift, casters etc.) 9. Do you have a GSA contract? 10. What is your business size status (small business, large business , etc.) 10. What is your normal order to delivery standard for this type item? This is a Request For Information to identify sources interested in supplying the aforesaid system. The following information is provided for planning purposes only and does not constitute a Request For Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. All interested parties must submit a capability statement that sufficiently describes their qualifications, capabilities, and previous experience related to fulfilling similar requirements via email to: george.knowlto n@smdc-cs.army.mil 12:00 PM MST on April 24, 2007 will be considered by the government. IMPORTANT!! THE POINT OF CONTACT IS George Knowlton. Capability responses and inquiries will only be accepted electronically by email at: george.knowlton@smdc-cs.army.m il. Pricing information should include all anticipated costs, with recurring and non-recurring costs presented separately, to include extended warranty, maintenance, on-site repair, and spare parts costs, etc. FOB Destination pricing desired. GSA contract number and product warranty must be referenced in your cability statement if applicable. Capability responses sent to any other email address will not be accepted. The contractor must forward a point of contact (POC) along with the POC's e-mail address, an d phone number. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. Please submit responses by NO LATER 12:00 PM MST on APRIL 24, 2007.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN01275146-W 20070419/070417221541 (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.