Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1999 PSA#2393

U.S. Army, Corps of Engineers, Humphreys Engineer Center Support Activity, Kingman Building, 7701 Telegraph Road, Alexandria, VA 22315-3860

59 -- VACUUM CIRCUIT BREAKERS SOL DACW72-99-T-0061 DUE 082499 POC Barbara Lein, 703/428-6421 FAX: 703/428-8181 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 solicitation is issued as a request for quotation No. DACA72-99-T-0061. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular(FAC)97-13. Clin 0001-6 each Circuit Breakers installed. Clin 0002-20 each Circuit Breakers installed. Brand name or equal in accordance with Statement Work. Scope. The vendor will replace twenty six existing Air-Magnetic circuit breakers of the same voltage class, same continuous and equal or greater interrupting current ratings with the Clin 0003-Optional Item 20 each circuit breakers installed. The supplied breakers shall be fully compatible with the existing switchgear cubicles, with identicalconnections and interlocks. The replacement will be turn-key, requiring no modifications to existing equipment. The vendor shall supply six test jumpers to be used for test purposes when the replacement breakers are withdrawn from the cubicles. The existing circuit breakers are: Manufacture: Allis Chalmers, Ruptair Power Circuit Breaker, Type: MA-250b (22 each), MA-250C1 (4 each), Rated V:4,160, Rated A:1200, Cycles:60, Interrupting Amps at Rated Volts:35,000, Impulse Level:60,000v, Maximum Design V:4,760, Momentary A:60,000, Control V:125, Cubicle Type:D. Standards: The supplied circuit breakers shall conform to and tests shall be conducted in accordance with the latest applicable standards of the American National Standards Institute(ANSI), National Electrical Manufactures Association(NEMA),and the Institute of Electrical and Electronic Engineers, Inc.(IEEE) unless otherwise stated herein. The replacement breakers will specifically meet or exceed ANSI C37.04,ANSI C37.06,and ANSI C37.09 standards for "indoor" non-oil insulating circuit breakers. The purchaser shall have the right to inspect at the factory all equipment covered by these specifications, at any time during manufacture and assembly, and shall have the right to be present during any testing made on the equipment. The vendor, upon request, shall furnish the purchaser with advance notice of final assembly and testing. General Requirements for Replacement Breakers: Main current-carrying parts, insulators, supports, and housings of the breakers shall have sufficient mechanical strength to withstand, without incurring damage, the effect of rated short circuit currents. The replacement circuit breaker shall have a stored-energy closing mechanism. The mechanism shall discharge the stored energy before or during the process of withdrawing from or inserting into the circuit breaker compartment. Each circuit breaker mechanism shall be equipped with the following: a. Operating Counter, b. Main contact position indicator or target, c. Manual tripping and closing devices, d. Spring charged and discharged indicator or target. The circuit breaker shall retain the existing style racking mechanism and interlocks. The breaker must be capable of moving the replacement circuit breaker, and operating the mechanical interlocks between the connected, test, and disconnected positions as originally designed. Replacement circuit breaker frames shall be constructed with steel of the same or greater gauge as the original air-magnetic frame (1/4 inch thickness). The vendor will supply six sets of manufacture literature to include schematic diagrams, theory of operation, installation instructions, maintenance and testing recommendations, and a complete listing of replacement parts. The replacement breakers shall be backed by a responsive and professional customer service program and a one year warranty. FOB Destination requested. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. The award will be made on price and other factors. The Contracting Officer reserves the right to make a best value determination IAW FAR 13.106. Evaluation factors will include warranty terms and compatibility with existing systems. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror representation and certification -- Commercial Items, with its offer. The clause at FAR 52.212-4, contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial items(which includes:52.222-26, Equal Opportunity (E.O.11246); 52,222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); The provision FAR 52.212-1, Instructions of Offerors, applies to this acquisition. The full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. The award will be made on price and other factors. The Contracting Officer reserves the right to make a best value determination IAW 13.106. Quotes must be valid 30 days.**** Posted 07/20/99 (W-SN356721). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0366 19990722\59-0009.SOL)


59 - Electrical and Electronic Equipment Components Index Page