Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

61 -- Vertical Industrial Motor Generator with flywheel for ride thru power conditioning Fort Bliss El Paso Texas

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-09-T-0043
 
Response Due
3/4/2009
 
Archive Date
5/3/2009
 
Point of Contact
Alisa Marshall, 817-886-1068<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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 included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W9126G-09-T-0043, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-09 Effective on May 19, 2006 The North American Industrial Classification System (NAICS) number is 335312 and the business size standard is no dollar limit actually in number of employees, 1000. The proposed acquisition is 100 percent Small Business Set-aside. Woman owned, HubZone and service disabled veteran owned small businesses are encouraged to submit quotes. DESCRIPTION OF SUPPLIES (SOW): Fort Bliss US Army Post located in El Paso, Texas Vertical Industrial Motor-Generator 60 Hz to 60 Hz with flywheel for ride through power conditioning. Solicitation Number: W9126G-09-T-0043 NOTE: Everything underlined is most critical. 200KVA IMG-RT Vertical Industrial Motor-Generator 60 Hz to 60 Hz with flywheel for ride through power conditioning. A single shaft Induction Motor and Synchronous Generator / Flywheel, with two (2) bearings, rated as specified below. The single shaft MG and controls are to be mounted in a single sound attenuated enclosure. Unit Mounted Control Panel consisting of: Power Supplies, Paralleling Module, Voltage Regulator, Relays, Transformers, Color Touch Screen Display, Circuit Breakers, Contactors, PLC Controller, Digital Programmable Multi-Detector with Heart Beat to PLC, and Audible Alarm. The following, as a minimum, must be available via the Color Touch Screen by use of virtual pushbutton control INPUT:OUTPUT: Circuit Breaker Circuit Breaker Motor starter, reduced currentAutomatic Voltage Regulator Start indicatorOutput on indicator Start PushbuttonRunning Time Meter Mains on indicator Alarm indicator Running indicatorReset Button Input/Output Volts Stop Pushbutton Input/Output Amps Status and Sensor alarms visually displayed using common English Language (no computer code) Touch Screen Interface. This includes as a minimum Output Under Frequency, Motor Overload, Output Overload, Output Under Voltage, Output Over Voltage and Winding Over Temperature. MG Input Power: Voltage (nominal):480 VAC, 3 phase, 3 wire, 60 Hz Starting Inrush:765 AMP Normal Input:260 AMP M-G Output Power: Power Rating:200 kVA, 160 kW Voltage:480 VAC, 3 phase, 3 wire, 60 Hz Current @.9 P.F.: 219 AMP Transformer Output Power: Power Rating:200kVA160kW Voltage:208/120 VAC, 3 phase, 4 wire, 60 Hz Current: @.9 P.F.: 494 Amp Equipment Special Options "Extended Ride-through for a minimum of three seconds down to 57HZ "With a single phase loss @ full rated input voltage, the Power Conditioner will carry a minimum of 50% rated load continuously "Stand Alone Output Transformers with Input Breaker Protection and the option of the following - 2 Breaker Output Distribution or Single Panel Board Output Distribution "Automatic System Bypass Switch Environment Data: Storage Temperature 0-60C (32-140F) Storage Humidity0% to 95% (non-condensing) Maximum Allowable Room Ambient Temperature Excursions: Console0-40C (32-104F) M-G0-40C (32-104F) Transformer0-40C (32-104F) Room Relative Humidity: 95% max. (non-condensing) 0% recommended for maximum reliability Cooling Air Exhausted: M-G 3657 CFM BTU Loss From Equipment: 82,250BTU/hour M-G rotating machines require clean inlet air. Contaminants such as magnetic, metallic, conductive, abrasive, or chemically active materials must be avoided in the airflow by effective airflow filtering. Materials such as dust or lint which may accumulate and block ventilation passages or coat cooling surfaces must also be filtered. M-G Electrical Design Data: PARAMETERPERFORMANCE 1. Input Voltage3 Phase 480 VAC 2. Input Voltage Range+15%, -30% CONTINUOUS 3. Input Configuration3 Wire 4. Input Frequency Range60Hz, 5% 5. Allowable Load Power Factor0.8 lead to 0.8 lag 6. Output Voltage3 Phase, 208/120 VAC 7. Output Configuration4 Wire wye 8. Output Voltage Adjustment 10% Range 9. Output Regulation for any 1% (Inclusive of item 2) P.F. between 0.8 lead & 0.8 lag (steady state). 10. Output Frequency Stability59.57-60 Hz 11. Output Overload Capabilities115% of rated load for 2 hours,130% of rated load for 30 minutes,160% of rated load for 1 minute. 12. Total Output Voltage Harmonics5% of fundamental (RMS) (Linear Load) 13. Max. Output Single Voltage3% of fundamental (RMS) Harmonic (Linear Load) 14. Output Transient Performance: 1. Output Recovery Time to400 Milliseconds 1% of steady-state for up to 50% block load change, or mode of operation, or bypass. 2. Output Regulation due to 2% Regulation a 25% load change. 3. Recovery Time due to a50 Milliseconds 5% load change. 4. Output Regulation due to+8% / -10% Regulation 50% load change. 5. Output Regulation due to+8% / -10% Regulation transferring to bypass mode. 15. Environmental Conditions: 1. Temperature32-104F (0-40C) 2. Humidity95% (non-condensing) 3. Altitude3,300 feet 16. Output Current ProtectionLow impedance output; protected by standard circuit breaker. Unit Price with Standard Delivery$ ea Price for QTY (6) IMG-RT 200KVA&&&&&&&&&&&&&&$ Expedite Fee (see Delivery below)&&&&&&&&&&&&&&.$ Total Price$ Estimated Transport&&&&&&&&&&&&&&&&&&&&&.$ Cost may vary depending upon split shipments Extended Warranty$ PRICE per Year Total Warranty for 4 Additional years after YR 1&&&&&&&&&.$ Start-Up Costs Estimated with the Assumption of 2 machines per visit&&&.$ Total Startup for all 6 machines&&&&&&&&&&&&&&&&$ This pricing above represents Open Bid Pricing. Freight:FOB Factory, Shipping is Pre-Pay and Add Warranty:1 Year unless Extended Warranty purchased with Contract Terms: Power Systems & Controls' Standard T&Cs shall apply Delivery:First 2 machines shall be ready and delivered to Fort Bliss for Witness Testing on June 09, 2009. No exceptions or delays. The remaining machines shall be delivered in pairs of 2 every other week commencing. Delivery Location: Fort Bliss US Army Post located in El Paso, Texas 79906 Validity:Price quotes shall be good for 30 days from date of quote. Scope of Work and Proposals/Quotes Requirements: The successful offeror shall provide commercial items in accordance with the requirements defined in the Detail Specifications, and must meet all requirements. Offerors shall provide their cut spec data sheets on the generators in associate with this RFQ and contract. Offerors shall provide all permits, fees, and or specific requirement certifications required to complete the manufacturing and delivery of the generators. Manufacture management: One Point of Contact (POC) from the contractor will take full responsibility for keeping the US Army Corps of Engineers and or the Fort Bliss Point of Contacted updated on manufacturing status. Contractor shall provide weekly manufacturing updates. Updates may be provided through email correspondence. Additional Requirements: Fort Bliss will make every effort to assist the Manufacturer / Shipping Company in arranging at the delivery destination, the logistics of access to area where the generators shall be installed in accordance with Fort Bliss and building access rules and regulations. The Contractor shall be responsible for shipping, unloading, and assembly of each generator at Fort Bliss located in El Paso, TX. PLEASE EMAIL Ms. Ali Marshall at Alisa.Marshall@usace.army.mil FOR QUESTIONS. PHONE CALLS WILL NOT BE RETURNED. ALL QUESTIONS MUST BE IN WRITING. EMAIL CORRESPONDENCE IS ACCEPTABLE. Customer, Location and Delivery: Fort Bliss US Army Close Combat Tactical Trainer Facility El Paso, Texas 79906 POC for Solicitation and Contract: U.S. Army Corps of Engineers, Fort Worth District Ms. Ali Marshall, Contract Specialist email: Alisa.Marshall@usace.army.mil fax to Ms. Ali Marshall at 817-886-6403 Federal Acquisition Regulations Provisions and Clauses: Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and addendum as follows: Contractor shall submit their quote on company letterhead, provide solicitation number, name, address and telephone number of the offeror, unit pricing and an over all total price, cage code, DUNS number, AND size of business. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror with the Best Value to the Government. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this: FAR 52.242-15, Stop-Work Order, DFARS 252.212-7000, DFARS 252.225-7000, DFARS 252.225-7013, Secondary Arab Boycott of Israel, DFARS 252-225-7014, Preference for domestic specialty metals, FAR 52.252-2 Clauses Incorporated by Reference: 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://farsite.hil.af.mil and http://ebs.swf.usace.army.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 9, 14, 15, 16, 17, 18, 19, 20, 25, 26, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Offers must be received NLT 12PM Central Standard Time, Wednesday, March 4, 2009, at the US Army Corps of Engineers Contracting Division, 819 Taylor Street RM 2A19, Fort Worth, Texas 76102. Offers received after this date and time will be considered late in accordance with 52.212-1(f). Quotes may be faxed to the attention of Ali Marshall, 817.886.6403 or emailed to Alisa.Marshall@swf02.usace.army.mil. EMAIL IS THE PREFERED METHOD. ***Submit all offers on company letterhead, inclusive of required clauses and include any terms and conditions with quote packages. (End of Text)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f8b2352c9f89c9bf5da50e7eb0a5615&tab=core&_cview=1)
 
Place of Performance
Address: US Army Fort Bliss Close Combat Tachtical Trainer Facility El Paso TX<br />
Zip Code: 79906<br />
 
Record
SN01758759-W 20090301/090227220124-8f8b2352c9f89c9bf5da50e7eb0a5615 (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.