SOLICITATION NOTICE
61 -- THREE-PHASE AUTOMATIC CIRCUIT RECLOSER, FOR SAN CARLOS IRRIGATION PROJECT, ARIZONA
- Notice Date
- 5/24/2006
- Notice Type
- Solicitation Notice
- NAICS
- 221122
— Electric Power Distribution
- Contracting Office
- Bureau of Indian Affairs, Acquisitions, P.O. Box 10, Phoenix, Arizona 85001
- ZIP Code
- 85001
- Solicitation Number
- RMH00060043
- Response Due
- 6/27/2006
- Archive Date
- 6/27/2006
- 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, with supplemental information included in this notice. This constitutes the only solicitation. Price quotes are being requested and a written solicitation will not be issued. Solicitation No. RMH00060043 incorporated provisions and clauses identified in FAR Subpart 12, FAC 97-3, as required. NAICS code is 221122. This requirement is a SMALL BUSINESS SET-ASIDE. This project will be procured using commercial item procedures. This procurement is to acquire the following brand new items as described: Item Qty Unit Description 1. 6 EA Nominal operating voltage 14.4 kV, three-phase automatic circuit recloser. This requirement is for the recloser mechanical operating mechanism only. Does not include the microprocessor based, recloser controls. SPECIFICATION FOR 14.4 kV, THREE-PHASE CIRCUIT RECLOSER MECHANICAL CONTRUCTION - The unit shall be designed for 10,000 mechanical or loadbreak complete open/close operations. An operation is defined as an open & close operation, returning the mechanism contacts to the original state. The mechanism shall support reclose intervals of .3, 2 and 2 seconds for a four trip operation sequence. The recloser shall use magnetic actuators to drive the vacuum bottles through linkages. Reclose delay time on first reclose time shall not exceed 0.2 seconds (12 cycles). The reclose mechanism will have the varsatility of one, two, three or four trip operations before lockout. The mechanical design shall permit multiple operations after loss of primary control voltage to allow dead line operation. Each pole of the recloser shall be identical to allow complete replacement of any individual pole, without disassembly or replacement of the other poles. All parts must be field replaceable. The recloser consists of a 304 stainless steel mechanism cabinet painted ANSI #70 light gray. The mechanism cabinet shall be weather and dust proof. Use of gaskets for the prevention of water or dust entry shall not be permitted. The recloser construction shall include a yellow operating handle to manually trip the recloser. The operating handle shall remain in the down position when tripped; thus electrically disabling any closing from the control. From ground level to a height of fifty feet, a field person shall be able to determine if the position of the yellow handle is up or down. The recloser shall have a parallel groove type ground connector mounted to the recloser housing rated for wires sizes #10 to #2. VACUUM INTERRUPTERS - Current interruption will occur inside vacuum interrupters that will provide minimum & even contact wear, long life and maximum reliability. A single break on each phase is accomplished by separating contacts inside the vacuum interrupter using axial-magnetic interrupters. The solid dielectric insulation shall contain no environmentally hazardous or toxic components. SOLID DIELECTRIC INSULATION - The recloser shall use a solid insulation system; not a gaseous or liquid dielectric.. No insulation fillers such as SF6 or foam insulation are acceptable. The insulating dielectric shall be constructed of epoxy for insulation material and provide complete encapsulation of the internal vacuum interrupter. The encapsulation shall also be completely bonded to the source and load side terminals, eliminating any gaskets, O-ring or other sealing methods. RECLOSER INSULATORS - The recloser insulators shall be highly resistant to ozone, oxygen, moisture, contamination and ultraviolet light. No coatings are acceptable. The insulators shall be rated for 125 kV BIL for 25 kV class equipment. The interruption mechanism is operated by a dual coil magnetic actuator, which uses a low-voltage power source for operation. The apparatus bushing interface shall have removable insulators, such that the bushings are suitable for direct connection to deadfront elbows. On the load side of the recloser, a live front interface to shielded power cable is not acceptable. OPTIONAL ACCESSORIES - 1) Provisions for VT's 2) Provisions for lightning arresters 3) Cable locking sleeves APPLICABLE STANDARDS - The recloser must be designed and tested to meet the following standards: ANSI/IEEE C37.60-1981, ANSI C37.61/IEEE 321-1973, ANSI/IEEE C37.90.1-1989, ANSI/IEEE C37.90.2-1993, C37.85-1989 RATINGS - Max. Design Voltage - kV 15.5, Nominal Operating Voltage - kV 14.4, Basic Insulation Level (BIL) - kV110, 60 Hz Withstand Voltage, kV, Dry, One minute - 50, Wet, Ten seconds - 45 Minimum Continuous Current Rating, AMPS RMS - 600, Interrupting Rating, Symmetric, Amps - 12,500 Provide with quotes, manufacturer documentation showing that the quoted item meets the above specifications. Delivery is to San Carlos Irrigation Project, 13805 N. Arizona Blvd., Coolidge, Arizona 85228. Required IMMEDIATE Delivery. FOB Destination Quote. Please provide quotes by Close of Business June 27, 2006. Quotes may be faxed to (602) 379-6763 or mailed to BIA, WRO, Attn: Renee Holly, P.O. Box 10, Phoenix, AZ 85001. Offerors will be evaluated in accordance with 52.212-2 (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement 2) Delivery Time 3) Price. Offerors are required to PROVIDE A COMPLETED COPY of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items WITH YOUR OFFER. 52.212-1, Instructions to Offerors--Commercial Items, 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5 and Contract Terms and Conditions Required to implement Statutes or Executive Orders--Commercial Items apply to this acquisition. Offeror must be registered with Central Contractor Registration (CCR), http://www.cc.gov or 1-800-227-2423 and MUST PROVIDE PROOF OF REGISTRATION PRIOR TO AWARD.
- Record
- SN01056548-W 20060526/060524221202 (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 |