Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

61 -- Battery Chargers

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2051 Mercator Dr, Reston, VA 20190
 
ZIP Code
20190
 
Solicitation Number
12H51463050
 
Response Due
4/9/2012
 
Archive Date
10/6/2012
 
Point of Contact
Name: Darren Nutter, Title: Contract Specialist, Phone: 6022414567, Fax: 7033906582
 
E-Mail Address
darren.nutter@bia.gov;
 
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, as supplemented with additional information included in this notice.The solicitation number is 12H51463050 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 335313 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-09 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Parker, AZ 85344 The DOI BIA - Western Region requires the following items, Meet or Exceed, to the following: LI 001, The Bureau of Indian Affairs will be purchasing two (2) brand new battery chargers for Headgate Rock Dam and Power Plant. The units shall be microprocessor controlled, filtered and employ modular engineering design for easy set-up, operation and maintenance. The units shall meet the following minimum specifications: General Requirements: 130 volt dc output nominal - adjustable for 123 to 133 for float and 130 to 139 for equalize-----480 volt ac 3 phase input, + or -10% -----DC output: 50 amps -----AC input and dc output breakers, circuit breakers to be medium rated (10K AIC dc and 25K AIC ac rated) -----Float/Equalize selector switch with indicating light on front panel. -----Power Factor: 80% full load -----Self Diagnosis -----MOV surge suppressors input and output ----I/O compression lugs -----Output filter for 100mVrms -----Efficiency: 89-92%, at 50 to 100% load. -----Continuous rating: 110% rated current at maximum equalize voltage at 50 C. -----Voltage Regulation: +or- 0.25 for line, load and temperature variations. -----30 year design life with MTBF 100,000 hrs and MTTR less than 90 minutes -----1% digital LED meter, for Vdc, Adc, timer hours, alarm settings and diagnosis ----1% or less ripple with battery connected ----Current Limiting from 55% to 110% -----High dc voltage shutdown ----Reverse polarity protected --??--Nema &, IEEE compliant, UL listed -----Equalize Timer, manual or automatic, 0-250 hours. -----Local LED's and common "(" alarm contact for AC and DC fail, high and low DC volts, pos and neg ground fault. -----All wiring to be switchboard rated at 105 C. -----Units to be completely enclosed in a floor mountable cabinet, gray in color. -----Parallel operation of 2 or more chargers with the same DC voltage rating shall be standard feature of the filtered charger with random load sharing. -----Temperature rating shall be 0-50 C **********Standard Front Panel Indicators: Digital 1% meter -----Dc volts meter indicator (red LED) -----DC Amps meter indicator (red LED) -----Equalize Hours remaining indicator (red LED) -----AC on Indicator (green LED) -----Float mode indicator (green LED) -----Equalize mode indicator (yellow LED) -----Manual equalize indicator (yellow LED) -----Automatic equalize indicator (yellow LED) -----Standard Front Panel Alarm indicators: High Voltage DC alarm (red LED) ----Low Voltage DC alarm (red LED) -----DC output failure (red LED) ------Positive Ground Fault (red LED) -----Negative Ground Fault (red LED) -----AC failure alarm (red LED) **********MAXIMUM DIMENSIONS: Height: 45 inches -----Width: 30 inches -----Depth: 25 inches -----Warranty: Three (3) years **********Modular Construction: Rectifier, microprocessor controls, power transformer, filter and alarm assemblies all modular and easily replaceable. **********Adjustments: Control, alarm and operating levels set points are easily adjusted digitally from the front of the cabinet while on-line without the need to vary loads or external conditions. **********Miscellaneous: Two Sets of Operations and Maintenance Manuals, applicable prints and schematics to be included., 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI BIA - Western Region intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI BIA - Western Region is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/12H51463050/listing.html)
 
Place of Performance
Address: Parker, AZ 85344
Zip Code: 85344-2124
 
Record
SN02714646-W 20120407/120405234949-59be0da746a59e90b7885396f423327a (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.