Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
MODIFICATION

59 -- High Voltage Switches: 3-way(1); 4-way(4)

Notice Date
5/2/2007
 
Notice Type
Modification
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PRN6945007RC77171
 
Response Due
5/4/2007
 
Archive Date
5/19/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items under PRN6945007RC77171. A subsequent solicitation document will not be issued. FISC Jacksonville intends to purchase the following High Voltage Switches: 1 three-way VFI switch under fluid with two vacuum switched ways and one VFI tap way. All ways have 600 amp dead break bushings. This specification applies to three-phase, 60 Hz, fully dead front, sectionalizing padmounted switchgear; with maximum main ratings of 600 amperes continuous current, maximum tap rating of 600 amperes. Tap over-current protection shall be accomplished utilizing a re-settable circuit breaker, as shown below and detailed on drawings which shall be provided with three-phase load break ganged operation. Unit is to be sealed tank design, so operation is unimpaired by water or contaminated environments. All current interruption shall be accomplished utilizing vacuum switches insulated with vegetable based high fire point biodegradable fluid. Unit shall be designed for installation on a pad at ground level. Switchgear must be in complete conformance with the industry standard padmount switchgear specification (ANSI C37.72). The vacuum interrupter shall meet the full-life duty cycle specified by ANSI C37.60, with additional requirements listed below: The electronic trip control shall meet the requirements of ANSI C37.901978, ANSI C37.90.2-1993, IEC 801-3, and IEC 68-2-30. Configuration, ratings, and voltage class shall be as shown below. The switchgear assembly shall be rated as follows: Nominal Voltage Class 15kV, Maximum Design Voltage 15.5 kV, BIL, 95kV, 1-Minute Withstand (60 Hz) 34kV Interrupter and Terminators, Continuous Current (max.) 600A, Interrupting Current (sym/asym) 12/20 kA, Momentary Current 10 cycles (asym) 20kA. The switchgear shall have a minimum ambient operating temperature range of -30 degrees C to +40 degrees C. 4 four-way front access vacuum under fluid switches, this specification details the requirements for dead front padmounted vegetable based high fire point biodegradable fluid-insulated switchgear utilizing load break in vacuum sectionalizing switches. This switchgear shall meet the performance and construction requirements of the ANSI C37.72 standard. Maximum Design Voltage, 15.5 KV, BIL, 95Kv, 1-Minute Withstand, Switch and Terminators, 34 kV, Continuous Current, 600 amps (max.), Load Switching 600 amps, Momentary Current, 10 cycles, 20,000 amps (asym.), 2-Second, Short Time Current, 12,000 amps (sym.), 3-Shot Make and Latch Current, 20,000 amps (asym.). The unit shall be subjected to the following production tests: Continuity test to assure correct internal connections. Hi-pot test to determine dielectric strength of the unit. Pressure test to assure tank is completely sealed. Electrical TCC trip test. Certified test data shall be furnished upon request. Certified test data bearing the seal of a Registered Professional Engineer shall be available upon request for the following: Switch ratings per ANSI C37.72. Interrupter ratings per ANSI C37.60. Coatings per ANSI C57. 12.29. All Start-up Service and Customer Training shall be included and must be performed by switchgear vendors approved field service engineers or manufacturers representatives. Provide typical submittal drawings showing switch dimensions with bid. A detailed Statement of Work (SOW) for each switch is available upon email request from interested parties. The requiring activity is NAS Key West Public Works. Ship to address will be Navy Public Works Bldg. 437 Electric Shop, NAS Key West, FL 33040. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications. Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference; 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 (full text) Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 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), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); Preference for Certain Domestic Commodities (JAN 2007)and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by May 04, 2007, 3:30 P.M. Offers can be emailed to adair.mccall@navy.mil, faxed to 904-542-1098 or mailed to Fleet & Industrial Supply Center, B-110 Yorktown Ave., 3rd Floor, Code 200, Attn: Adair McCall III, NAS Jacksonville, FL. 32212-0097. Reference PRN6945007RC77171, on your proposal. NAICS 335313 (750 Employees)
 
Place of Performance
Address: NAS KEY WEST, PUBLIC WORKS
Zip Code: 33040
Country: UNITED STATES
 
Record
SN01286193-W 20070504/070502225815 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.