Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

66 -- GRIDSENSE PM30 PLUS POWERMONIC 3 PHASE PQ ANALYZER KIT (GS PM30PLUSEV-K2) OR EQUAL

Notice Date
9/7/2007
 
Notice Type
Modification
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1Y3DA7236A002
 
Response Due
9/11/2007
 
Archive Date
9/26/2007
 
Point of Contact
Emil Abraham, Contract Specialist, Phone 307-773-6073, Fax 307-773-3964, - Dutch VanStockum, Team Lead/CO, Phone 307-773-4789, Fax 307-773-4636,
 
E-Mail Address
emil.abraham@warren.af.mil, dutch.vanstockum@warren.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being posted as an avenue to provide Request for Quotation F1Y3DA7236A002. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a)(13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. QUOTED PRICES ARE TO INCLUDE DELIVERY TO DESTINATION. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code for the requirement is 334515. The size standard for this NAICS code is 500 Employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-19. Contract Line Number 0001: 2 (each) - GRIDSENSE PM40 POWERMONIC 3 PHASE PQ ANALYZER KIT (GS PM40PlusEV-K2) (PM 40 PQ meter, PowerView PC based reporting software, Voltage leads, and Soft sided carry case) OR EQUAL. Input Channels: 3 (isolated), 4. Measuring Range (RMS): 63 -520 VAC 0-3000 Amp. Isolation Voltage between Channels: 600 V RMS (not isolated between CT inputs). Frequency Range: 50Hz nominal (42.5Hz - 57.5Hz) 60Hz nominal (51.0Hz 69.0Hz) 50Hz nominal (42.5Hz - 57.5Hz) 60Hz nominal (51.0Hz 69.0Hz). Instrument Accuracy 0.4% reading 1 lsd 0.4% reading 1 lsd. System Accuracy: 0.4% reading 1 lsd 1% reading 1lsd (0.5M CTs). Resolution Logged Data: 0.001 Volt 0.001 Amp. Resolution Display: 0.1 Volt 0.1 Amp. Instrument Input: 63 -520 VAC 0-200mA. CT Burden: n/a 2.2 Ohm +/-1% (if applicable). Instrument Type: Class B (IEC 61000-4-30). Samples / Cycle: 204 @ 50Hz, 170 @60Hz. Samples rate: PLL synchronised, Standard IEC61000-4-7. Logged Parameters: V, A, Min/Max, Freq, TPF, DPF, kW, KVA, kVAR. Frequency: IEC61000-4-30 (+/- 0.02Hz). Total Harmonic Distortion (THD): IEC61000-4-7. Harmonics: IEC61000-4-7 (Up to 48th, Magnitudes & Angles). Interharmonics: IEC61000-4-7 (up to 48th). Flicker (Pst & Plt): IEC61000-4-15 (10min Pst, 2hr Plt, logged every 10min). Voltage & Current Unbalance: IEC61000-4-30. Waveform Capture: Duration: 400ms Triggers: RMS, dV/dt, dI/dt. RMS Capture: Half Cycle RMS 50Hz - 5s to 30s configurable 60Hz - 5s to 25s configurable. Sag / Swell Capture: Half Cycle RMS. Circuit Connections: Star/Wye (3P4W), Delta (3P3W3M), Delta (3P3W2M), Split Phase (1P3W), Single Phase (1P2W), Generic Independent Measurment. MECHANICAL & POWER. Display: Graphic LCD 128 x 64bits. Memory: 15MB FLASH. Communications: USB1.1, RS232 for Remote operation. Power Consumption: 10W typical (from Phase A). Power Source Main: Phase A to Neutral 63V 520V AC. Power Source Backup: 6V 0.5Ah Rechargeable Sealed Lead Acid. Battery RTC: 3V 950mAh Li-Manganese Dioxide / Organic Electrolyte. Dimensions 230mm x 120mm x 90mm (9.1" x 4.7" x 3.6"). Weight: 3kg (7lbs) instrument only, 7kg (16lbs) typical with accessories in carry case. ENVIRONMENTAL & SAFETY. Temperature: -10?C to 60?C (14?F to 130?F). Humidity: 20% to 99% RH. Protection Class: IP65 IEC 61010-1 2001 Pollution Degree 2 Installation Category III Protection Levels: Material Group III, 600V Measurement Category III 440Volts (double Insulation or Reinforced Insulation). MAXIMUM RATINGS. Phase to Phase Voltage: 520VAC. Phase to Ground: 300VAC. 6 (each) - GRIDSENSE CF3000-24 FLEXIBLE CURRENT PROBE - 200-3000A 24"/600MM LENGTH (GS CF3000-24) OR EQUAL Output signal: 120mV/KA @ 60 Hz. Storage temperature: - 4 degrees F / + 176 degree F. Coil resistance: 30 to 40 Ohm. Frequency: 8 Hz to 100 kHz. Operating humitity: 0 to 95%. Shield: 75% - 80 %. Accuracy: < 1%. Influence of conductor position in the jaws: < 1% (3% closing unit). Influence of adjacent conductor: < 1% of current causes interference @ 60Hz. Influense of sensor shape: < 1%. Self extinquishing ability: UL94. Isolation: Double 5/64 inches. (600 kV/inch). Dielectric Strength: 600 kV/inch. Closing mechanism: Bayonet locking clip, material SANTOPRENE. Rated operations (Open/close): 35000 @ 68 degrees F. Connection: Shield Cable, Lenth 6 foot ? 2x0.15 (SANTOPRENE Rubber). Outer construction: Thermoplastic SANTOPRENE Rubber UL-94, UL-746A, UL-746C. Max 121 degrees F. Weight: 13 ounces. Safety: IEC 61010-1 Category III 600/1000V, Pollution II. 6 (each) - GRIDSENSE CV500 CLIP-ON CURRENT PROBE - 50-500A (GS CV500) OR EQUAL Nominal input current: 500A. Maximum Input Current: ???A. Output Signal: 500 A = 440 mV. CT Burden: Included. Typical Accuracy: Better than 1%. Maximium error: 1% of reading accuracy from 0.2 to 1.25 full scale. Phase error: <0.36 degrees at normal current. Load Impedance: 15 VA max for class 1. Frequency range: 40 Hz to 5000 Hz. Dielectric strength: 4000 Volt 60 Hz for 1 minute. Temperature range: 14 F to + 122 F. Maximum working voltage: 650 Volts. Jaw aperture: 1 11/16 inches. Dimensions: 3 1/2 x 8 1/4 x 1 5/8 inches. Weight: 1 lb 1 Ounce. Encapsulation: Black, fully insulated. Double insulation: 3000 V AC rms. Safety Standard: AS 1675 Class 0.5M, IEC 185. This Request for Quotation incorporates the following provisions and clauses: There full text may be accessed electronically at http://www.arnet.gov/far/. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 - Instructions of Offerors-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items (INCLUDE A COMPLETED COPY WITH QUOTE); FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration. 52.204-7 Central Contractor Registration, 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-19 Child Labor -- Cooperation with Authorities and Remedies, 52.222-21 Prohibition Of Segregated Facilities, 52.222-22 Previous Contracts And Compliance Reports, 52.225-3 Buy American Act--North American Free Trade Agreement--Israeli Trade Act, 52.225-4 Buy American Act--North American Free Trade Agreement--Israeli Trade Act Certificate, 52.225-13 Restrictions on Certain Foreign Purchases, 252.212-7000 Offeror Representations and Certifications- Commercial Items, 52.252-6 Authorized Deviations in Clauses, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.203-3, Gratuities, 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 5352.201-9101 Ombudsman (Aug 2005), 52.222-3 Convict Labor (June 2003), 52.233-3 Protest after Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 252.204-7004 Central Contractor Registration Alternate A (NOV 2003), 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005). 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/ (End of clause) Contractors must be registered with the Central Contractor Registration (CCR); the web site for registration is http://www.ccr.gov if registration has not been accomplished. QUOTES ARE DUE NOT LATER THAN 4 PM, MOUNTAIN DAYLIGHT TIME, 11 SEP 2007. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of Contracting Specialist, Emil Abraham @ 307.773.4636. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each quote. This announcement and written request for quote constitutes the only Request for Quote that will be made for this requirement. Electronic quotes are now being accepted vie email; emil.abraham@warren.af.mil or by fax at (307) 773-4636.
 
Place of Performance
Address: 90th Civil Engineering Squadron , F. E. Warren AFB, WY
Zip Code: 82005-2860
Country: UNITED STATES
 
Record
SN01398881-W 20070909/070907221623 (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.