SOLICITATION NOTICE
61 -- 61-Mobile Electrical Load Bank
- Notice Date
- 3/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
- ZIP Code
- 90822
- Solicitation Number
- 600-038-02
- Response Due
- 4/19/2002
- Archive Date
- 5/19/2002
- Point of Contact
- Point of Contact - Brian Van Orman, Contracting Officer, (562) 961-8043, Contracting Officer - Brian Van Orman, Contracting Officer, (562) 961-8043
- E-Mail Address
-
Email your questions to Brian Van Orman
(brian.vanorman@med.va.gov)
- Description
- This is a combined synopsis/solicitation. The VA Network Business Center, Long Beach, California intends to negotiate a fixed price contract. The Request for Quote # 600-038-02 -BV entitled ?Load Bank System w/ Trailer? is hereby issued for commercial items and is prepared in accordance with the format Subpart 12.6 as supplemented by additional information included in this notice and incorporates provisions and clauses in effect through FAC 01- 5. The NAICS is 334515 and the small business size standard is considered 500 employees. This BOS announcement constitutes the only solicitation issued. The contractor shall provide an electrical load bank to furnish resistive and reactive loads for testing operation of electrical generators as follows: General Characteristics: Capacity: 750 Kilowatts (kW) capable of providing load for a 240/480 Volt, 3 phase electrical source, 50/60 Hz operation; elements and controls shall operate from a 240/480 V source; shall be designed for operation in inclement weather conditions; trailer mounted for transportability; and requiring only connections to the line voltage source and ground to operate the unit. All exterior, exposed surfaces shall be painted with polyurethane enamel suitable for outdoor use, spatter finish coat, ANSI 61 Grey.(ii) Local Manual Controls: Shall be mounted and wired to the Load Bank in a NEMA 3R enclosure. Resistive load segments shall be additive. Resolution shall be 5 kW resistive. The operator control panel shall include: cooling blower start/stop push buttons, cooling blower phase reversal, cooling blower motor voltage select, main power on/off, and master load on/off. Control panel indicators shall include Main Power on, Blower On, Air-Fail, and Over Temperature. Instrumentation shall include an integral digital power-metering unit for display of line bus parameters: voltage, current, frequency, and real power (kW). The Metering system shall also include a Data Logging Software package. This software shall interface to the user?s PC and the data can then be manipulated using standard spreadsheet software such as Excel (iii) Resistive Elements: Shall be corrosion resistant and shall NOT require a cool down period after use. (iv) Blower Motors: Integrally mounted motors shall be operable from both internal power and an external source. Motors shall operate at either 230 Volt or 460 Volt, 3 phase, 50/60 Hz from the internal bus power source and be fuse or relay protected. Blower motor operating voltage shall be switch selectable. (v) Construction: The Load Bank shall be designed for permanent outdoor use and storage. It shall be constructed of aluminized steel to provide for the maximum protection against heat and salt corrosion. Multi-vane louvers shall be mounted on the air intake and exhaust of the load bank. (a) Cooling System: Cooling air shall be drawn in from the intake of the load bank, forced across the resistor elements and horizontally exhausted. (b) Connections: Control power and load power connection terminals shall be located in recessed compartments with access through a hinged door located on the enclosure exterior. In addition the Load Bank shall be equipped with Quick Disconnect Receptacles of the ?Cam Lock? type for load connections. Mating connectors will also be supplied. (vi) Power Cable. Two thousand, (2000) feet of 4/0 Diesel Locomotive cable shall be provided for power connections between the Load Bank and the Generator under test. Two (2) Motorized Cable Reels will be supplied for transporting the cable. Each Reel is rated for 1250 feet of cable. (vii) Trailer: The load bank and cable reels shall be integrated on a single trailer suitable for transporting the weight and volume of the entire system, plus the cable. As a maximum the trailer shall be 96 inches wide and 15 feet long. The trailer shall be dual axle, 7000 Pound GVW, Electric Brakes, 3? I.D. adjustable lunette eye with (1) front tongue jack and (2) rear stabilizer jacks. The trailer shall be DOT/ICC road legal without obtaining additional permits for routine use. It shall be complete with mating vehicle connectors that meet current DOT standards. (viii) Safety: Provide the following safety and protection circuits: (a) Air Fail: An airflow interlock switch and (b) Over-temperature Sensors shall be installed in the exhaust air stream to alert the operator of a fault condition and automatically de-energizing the load elements (c) Warning Signs: The exterior of the load bank shall have appropriate warning/caution statements on each door and access panel. When the doors and access panels are opened, appropriate danger signs shall be clearly visible. (d) Branch Circuit Fusing. Each load step contactor shall be provided with fuse protection, properly sized for the current in the circuit, using UL Listed, Class T, 600 V rated fuses. (e) Grounding. The load bank shall be solidly grounded to the trailer. The trailer shall have heavy duty ground lugs installed on each side of the front and rear of the trailer each accepting a minimum of 2 #6 AWG copper conductors. (viii) Load Resistors: Shall have the following characteristics: (a) Accuracy: Resistive elements power rating accuracy shall be -0/+5% The resistors shall be placed directly in the air stream for cooling purposes, compensating for the change in resistance with temperature to maintain the required accuracy. The resistor element assemblies shall be designed so that a cool down period is NOT required. (b) Ohmic Value. The ohmic value of each phase of the 3-phase circuit for each load step shall not exceed 2% difference from the average ohmic value of the 3 phases of the circuit. The resistors shall be securely supported. The contractor shall provide all commercial manuals, drawings, schematics, parts lists, etc. for the equipment. The Delivery Schedule is NTL 14 weeks after receipt of order. Delivery terms shall be FOB Destination. The product shall be delivered to the VA Greater Los Angeles Healthcare System Supply Warehouse, Los Angeles, California 90073. FAR 52.212-3, Offeror Representation and Certification- Commercial Items (FEB 2000). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.212-1, Instruction to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items (May 1999); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (Aug1999); 52.247-34 F.O.B. Destination. In paragraph (b) of 52.212-5 the following apply: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.225-15, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999)(DEVIATION)(USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clause 52.232-34 and 52.232-35 (31 CFR Part 208) requires the submission of information by the contractor to the payment office In addition, incorporated herein by reference are the following VA Acquisition Regulations (VAAR) clauses and provisions: 852.236-75, Guaranty (April 1984); 852.210-70, Requirements for Operating and Maintenance Manuals (Nov 1984). The Offeror shall have an ISO9001 Certified Quality System, provide a commercial warranty. Contractor shall provide the following; a) Training shall be provided within 30 - 45 days after receipt of order; b) Training shall be done by a certified engineer; c) The training shall include the theory as well as the sequence of operation; d) The training shall include some hands on at one or more standby generators; e) Training will be for two consecutive days with two groups of eight people at the VA Greater Los Angeles Healthcare System. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: a) Technical Capability of the item offered to meet the Government's requirements; b) Past Performance; and c) Price; . Technical Capability and Past Performance are equal and are more important than Price. Facsimile offers are accepted at (562)-961-8067. FAR Provision 52.215-5, Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Brian Van Orman, Contracting Officer (NBC/MP), VA Long Beach Healthcare System, Network Business Center, 5901 East Seventh Street, Long Beach, CA 90822. For information, contact Brian Van Orman at (562)-961-8043. Offerors? proposals are due by COB on March 28 2002. Notes NO. 1
- Web Link
-
RFQ 600-038-02
(http://www.bos.oamm.va.gov/solicitation?number=600-038-02)
- Record
- SN00047089-W 20020324/020322213230 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |