Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOLICITATION NOTICE

61 -- STATIC INVERTERS

Notice Date
6/22/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00102 Building 153, 6th Floor Portsmouth, NH
 
ZIP Code
03804-5000
 
Solicitation Number
N0010204R3304
 
Response Due
7/8/2004
 
Archive Date
8/7/2004
 
Point of Contact
Sherri Martin 207-438-3874
 
E-Mail Address
martinsa@mail.ports.navy.mil
(martinsa@mail.ports.navy.mil)
 
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. Solicitation N00102-04-R-3304 is issued as a Request for Proposal. A complete specification package may be requested by sending an email to martinsa@mail.ports.navy.mil or calling Sherri Martin at 207-438-3874. Provide two 60Hz static inverters with 60 – 75kW output rating and two 400Hz static inverters with 5kW output rating. SIZE AND WEIGHT RESTRICTIONS ARE NOT NEGOTIABLE. All inverters must pass through a 25” diameter submarine hatch and fit into the existing footprints; 51” High x 48” Wide x 27” Deep for installation of both 60Hz inverters and 26” High x 22” Wide x 14” Deep for each 400Hz inverter. The 60Hz and 400Hz inverters shall meet the requirements of MIL-STD-1399, Section 300A, for Type I power, 120 volts, 60Hz ungrounded and Type II power, 120 volts, 400Hz ungrounded, respectively. The nominal input voltage is 250 volts (ungrounded) DC, however, this voltage may drop as low as 175 under heavy discharge and may reach as high as 355 during charging conditions. Rated output voltage shall be 120 volts root mean square (Vrms) and shall be delta-connected, ungrounded, 3-phase, 3-wire, 60Hz (and 400Hz). Efficiency of each inverter at 250 volts shall not be less than 90 percent at rated-load and a power factor of 0.8. The efficiency at half-load shall not be less than 85 percent. Weight of both 60Hz inverters shall not exceed 4000 pounds and the weight of each 400Hz inverter shall not exceed 350 pounds. Inverter design shall use forced air-cooling with redundant fans. Water-cooled designs are not acceptable. Maximum ambient temperature of the air for forced air-cooling is 50ΊC. The two 60Hz inverters shall be designed and tested for automatic paralleling and synchronizing for load sharing and load transfer of any load up to rated-load without interruption to the load and without introducing transient voltage at the load bus outside the limits specified herein. Parallel operation of the 400Hz inverters is not a requirement. Delivery to San Diego, CA shall be within 120 calendar days after receipt of order, FOB Destination. Quote shall include the ripout of the existing (2) 83kVA static inverters, (1) 35kW static inverter and (2) 5kW static inverters. Shall also include the installation and testing of the new units on board. Descriptive literature must be provided with the proposal and must contain enough information to demonstrate that all specifications are met. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-23. The NAICS code is 335999 and the small business size standard is 500. This is not a Small Business Set-Aside. The provisions at 52.212-1, Instructions to Offerors – Commercial, apply to this acquisition. Offerors are requested to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications – Commercial Items, with proposals. The following clauses/provisions also apply to this acquisition: 52.212-4, 52.212-5 (including 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33). (Note: Federal Acquisition Regulation (FAR) text is availabl e at http://www.arnet.gov/far.) Proposals shall include the vendor’s cage code, DUNs number and TIN (taxpayer identification number). Proposals shall be on company letterhead in company format and may be faxed to (207) 438-1251 ATTN: Sherri Martin or e-mailed to martinsa@mail.ports.navy.mil. An original signed copy must also be mailed to Portsmouth Naval Shipyard, Contracting Division, Bldg. 153, 6th Floor, Code 530.03, Portsmouth, NH 03801-2590. Proposals are due NO LATER THAN July 8, 2004 at 3:30 PM Local time. Award shall be made to the lowest priced, responsive, responsible offeror whose proposal meets all technical specifications. The prospective awardee must be registered with Central Contractor Registration (CCR) prior to award. For more information on CCR, log on to www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00102/N0010204R3304/listing.html)
 
Record
SN00607684-F 20040624/040622212236 (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 |
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.