Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOLICITATION NOTICE

17 -- Hobart 400Hz Converter

Notice Date
8/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 123 MSG/MSC, KY ANG, 1101 GRADE LANE, LOUISVILLE, Kentucky, 40213-2679, United States
 
ZIP Code
40213-2679
 
Solicitation Number
F7H2MS7174AW06
 
Archive Date
9/27/2017
 
Point of Contact
Anthony M Hayden, Phone: (502)413-4617, Amanda Blackburn, Phone: (502) 413-4030
 
E-Mail Address
anthony.m.hayden2.mil@mail.mil, amanda.l.blackburn2.mil@mail.mil
(anthony.m.hayden2.mil@mail.mil, amanda.l.blackburn2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FBO Announcement: Combined Synopsis/Solicitation Action Code: <COMBINED> Classification Code: 17 Aircraft launching, landing & ground handling equipment Subject: Hobart 400Hz Converter Solicitation Number: F7H2MS7174AW06 Response Date: September 12, 2017 4pm EST Contact Points: Anthony Hayden Anthony.m.hayden2.mil@mail.mil Delivery shall be FOB Destination for the following items no later than 30 days ADC: Kentucky Air National Guard 1101 Grade Lane Louisville, KY 40213 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1250 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration *** All interested Contractors shall provide a quote for the following: Background: All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item. Price Schedule: All offerors shall provide a quotation for the following line items: Line Item 1: Hobart 400Hz Model 2400 Solid State Frequency Converter - Part #: 90SX240 * INPUT: 480VAC +/-10%, 50-60Hz +/-10% (93A PF0.8 / 117A PF1) * AC OUTPUT: 90kVA, 400Hz, 3x115/200VAC * DC OUTPUT: 1 output Item Details: 90SX240 Specifications 90SX240 Output • Rated Power: 90 kVA, PF 0.8 to 1.0 • Voltage: 3 x 115/200 V • Frequency: 400 Hz 0.001% • Power factor: 0.7 lagging to 0.95 leading • Voltage regulation: <0.5% for balanced load and up to 30% unbalanced load • Voltage recovery: ΔU <8% and rec. time • Total harmonic. content: <2% at linear load (typ. 1.5%), <2% at non linear load according to ISO 1540 • Crest factor: 1.414 3% • Voltage modulation: <1.0% • Phase angle symmetry: 120° 1° for balanced load, 120° 2° for 30% unbalanced load 90SX240 Protection • Protection class: IP55 (NEMA 4) • No break power transfer • Over/under voltage at output • Overload • Internal high temperature • Control voltage error • Short circuit at output • GPU enable • 90% plug insertion interlock • Neutral voltage supervision • Broken neutral supervision • Leakage current supervision 90SX240 Weight • Fixed & PBB units: 683 lbs. (310 kg) • Mobile units: 1,014 lbs. (460 kg) 90SX240 Efficiency • Overall efficiency: >0.94 at 35-90 kVA load PF 0.8, >0.90 at 25 kVA load PF 0.8 • Stand by losses: • No load losses: 90SX240 Environmental • Operating temperature: -40° F to +132° F (+140° F at P.F. 0.8) • Relative humidity 10-100% • Noise level 90SX240 Overload Ratings @ 1.0 PF • 125% for 600 seconds • 150% for 60 seconds • 200% for 30 seconds • 300% for 10 seconds • 400% for 1 second 90SX240 Miscellaneous • MTTR: max. 20 minutes • Color: RAL 7035 (standard) 90SX240 Available Standard Options • 28 VDC, 600 A output (TRU) • Additional base module • Additional output contactor • Terminal extension for 2 pcs. of 7 core cable • Remote control box • Lockable door • Cover for instrumentation (fixed units) • Door interlock • RS485 interface • Military interlock • Neutral conductor rupture supervision • Dry Contacts • Hobart service tool Voltage Amps (0.8) Amps (1.0) Hertz 400 ± 15% 111A 140A 45-65 480 ± 15% 92.5A 117.5A 45-65 600 ± 15% 74A 94A 45-65 Length (in.) Width (in.) Height (in.) Weight (lbs.) 22.1 22.4 45.3 683 Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil Provisions 52.204-7 System for Award Management 52.212-1 Instructions to Offerors- Commercial Items 52.212-3 Offerors Representations and Certifications-Commercial Items 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Clauses The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil 52.204-10 Reporting Executive Compensation 52.204-13 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certificates 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.212-4 Contract Terms and Conditions- Commercial Items 52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g)) 52.222-3 Convict Labor (June2003) (E.O. 11755) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Supplies 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332) 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.244-6 Subcontracts for Commercial Items 52.247-34 FOB Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.225-7048 Export-Controlled Items (Jun 2013) Clauses incorporated by Full Text FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110- 252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL 2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Tuesday, September 12, 2017 at 4:00PM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2017. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Anthony Hayden (502) 413-4617 if any additional information is required. Evaluation Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness. ATTACHMENT I: TECHNICAL SPECIFICATION 400 HERTZ POWER FACTOR 1 SOLID STATE FREQUENCY CONVERTER 1. GENERAL 1.1 SCOPE This Specification describes the requirements for the design and delivery of a Single Output, Solid State Frequency Converter, heretofore referred to as the SSFC, designed to be capable of powering commercial aircraft type loads with a power quality that meets MIL-STD-704F requirements at 400 Hertz, 115/200 volts AC, 3-Phase, from 480VAC utility power. 1.2 APPLICABLE PUBLICATIONS The publications listed below form a part of this Specification to the extent referenced herein. The publications are referred to in the text by the basic designation only. 1.2.1 MILITARY STANDARDS 1.2.1.1 MIL-STD-704F (2004) Aircraft Electrical Power Characteristics 1.2.1.2 MIL-STD-461B (1980) Electromagnetic Interference Characteristics Requirements for Equipment 1.2.1.3 MIL-STD-16878D General Specifications for Insulated Electrical Wire 1.2.1.4 MIL-W-586-IB Wire, Electrical, Polyvinyl Chloride Insulated, Copper or Alloy Copper. 1.2.1.5 MIL-I-8500 Interchangeability and Replaceability of Component Parts for Aircraft and Missiles 1.2.2 OTHER PUBLICATIONS 1.2.2.1 NFPA 70 National Electrical Code (NEC) 1.2.2.2 Canadian Standards Association (CSA) 1.2.2.3 SAE ARP 5015 Ground Equipment400 Hz Ground Power Performance Requirement 1.2.2.4 DFS 400 Specifications for 400 Hz Aircraft Power 1.2.2.5 ISO 6858 Aircraft Ground Support Electrical Supplies 1.2.2.6 UL 1012 Standard for Power Units Other Than Class 2 1.2.2.7 BS 2G 219 General Requirements for Ground Support Equipment 1.2.2.8 EN2282 Aerospace Series Characteristics of Aircraft Electrical Supplies 1.2.2.9 EN61000-6-4 Electromagnetic Compatibility EMC Generic Emission Standard 1.2.2.10 EN61000-6-2 Generic Standards - Immunity for Industrial Environments 1.2.2.11 ATA-101 Rev. 4 Ground Equipment Technical Data 1.2.2.12 IEC 204-1 Electrical Equipment of Industrial Machines 1.3 DELIVERABLES The following is a list of items required for delivery: 1.3.1 SSFC UNITS Deliver [1] SSFC units including necessary output power cables by [Date]. Provide pricing and delivery for an additional [0] units. 1.3.2 SPARE PARTS Deliver [X] sets of recommended spare parts with the delivery of the first unit. 1.3.3 INITIAL SETUP Perform on-site initial setup and load compensation for each delivered unit. 1.3.4 OPERATION, INSTALLATION, AND MAINTENANCE MANUALS Deliver two (2) copies each of operation, installation and maintenance manuals including recommended routine service and maintenance check-list. Send the all installation instructions to the Engineer On Record within one week of receipt of the order. 1.3.5 DRAWINGS Deliver two electronic copies in CD and two (2) copies of dimensioned drawings of the SSFC and accessories and their spatial relationship to associated equipment, and connections to remote equipment. Deliver two electronic copies in CD and two (2) copies of schematic, wiring diagrams and control panel layout drawings. 1.3.6 CERTIFIED TEST REPORTS Deliver one (1) certified test report of the factory inspection and acceptance testing per unit showing that the equipment meets power, voltage, frequency and specified rating requirements. 2. SSFC DESIGN CHARACTERISTICS 2.1 ELECTRICAL CHARACTERISTICS The SSFC shall operate and provide electrical power in accordance with the requirements specified herein when supplied with adequate and suitable power as specified herein. 2.1.1 INPUT ELECTRICAL CHARACTERISTICS 2.1.1.1. The unit shall accept input voltages of 400VAC (±15%); 440 VAC (±10%); 480 VAC (±10%); 600 VAC (±10%) with a frequency of 50 or 60 Hz (±5%). 2.1.1.2. Maximum continuous load: 90 kVA/kW 2.1.1.3. Full load current: 93 amps (PF 0.8) at 480 VAC. 2.1.1.4. Configuration: 3 phase, 4 wire, grounded service. 2.1.1.5. Starting Current: shall not exceed 100% full load input current. 2.1.1.6. Power Factor: ≥ 0.97 at all loads. 2.1.1.7. Frequency converter shall be designed to withstand a 20 msec power interruption without shutting the system down or affecting the output voltage. 2.1.1.8. ITHD Requirement: ≤ 5% at full load 2.1.1.9. A circuit shall detect the loss of a phase and prevent unit from starting. An alphanumeric alarm shall be displayed to indicate that this condition has occurred. 2.1.1.10. The SSFC shall have an internally mounted disconnect [circuit breaker] connected to the input power lines to allow the input power to be removed in the case of a fault or for maintenance. 2.1.2. OUTPUT ELECTRICAL REQUIREMENTS 2.1.2.1. The SSFC shall have one [two] outputs capable of supporting a continuous load of 90 kVA/kW (260 amps) of 3-phase 115 VAC 400 Hz power. 2.1.2.2. The output voltage of the SSFC shall be maintained at a nominal 115VAC (or user entered value) ± 1.5 VAC). 2.1.2.3. The SSFC will support a continuous full load power factor for each output up to 1.0 2.1.2.4. Overloads at PF 1: up to 125% - 600 seconds; 150% - 60 seconds; 200% - 30 seconds; 300% - 10 seconds; 400% - 1 second 2.1.2.5. With the SSFC operating at a constant load, a change in ambient temperature up to 52°C in an eight hour period or as the SSFC stabilizes from cold condition at the load shall not cause the voltage or frequency to change. 2.1.2.6. Total Harmonic Distortion shall not exceed 2%. 2.1.2.7. Individual Harmonic Distortion content shall not exceed 2% of the fundamental RMS voltage 2.1.2.8. DC content shall not exceed 100 millivolts. 2.1.2.9. Voltage modulation shall not exceed 1.0% RMS. 2.1.2.10. Frequency drift shall not exceed ± 0.005% at any load. 2.1.2.11. Phase displacement is to be 120° ± 1.0° with a balanced load 2.1.2.12. Transient output voltage deviation, following any sudden change in load of up to 100% rated load, shall be less than 8% with a recovery time of less than 10 milliseconds. 2.1.2.13. Voltage adjustment range shall not be less than ± 10% of rated voltage. 2.1.2.14. Phase voltage balance (with balanced load) shall not exceed ±1% of rated line to neutral (L-N) voltage. 2.1.2.15. Voltage imbalance (with 10% unbalanced load on 1 phase) shall not exceed ±1% of rated line to neutral (L-N) voltage and shall meet MIL-STD-704F. 2.1.2.16. Voltage regulation shall be maintained within ± 0.5% from with a balanced load 0 to 100% and from 100% to 0% load with a ± 10% input voltage. 2.1.2.17. The unit shall support a crest factor of 1.414 ±3%. 2.1.2.18. The line drop compensation shall be an integral part of the converter. It can be manually adjusted from 1% to 8% boost or automatically set by the control system within those limits. 2.1.2.19. The unit should be capable of automatically calibrating the line drop calibration settings for the connected output cable and maximum aircraft load required. 2.1.2.20. The frequency modulation shall be less than ± 0.0025% of the period of output voltage wave. 2.1.2.21. The frequency shall be 400 Hz ± 0.004 Hz. (0.001%) 2.1.2.22. The 400 Hz System must have an active synchronization system to meet the demands of No Break Power Transfer for modern aircraft. The system shall be capable of synchronizing with a phase displacement of up to 70°. 2.1.2.23. The converter is capable of doing an output power quality check before allowing the power to be delivered to the aircraft by closing the output contactor. 2.1.2.24. The unit shall be capable of utilizing cable insertion circuits (such as Split-F or 90% insertion switches) to prevent the closing of the output contactor/circuit breaker when the output cable isn't fully inserted into the aircraft power receptacle. 2.1.3. EFFICIENCY 2.1.3.1. Overall efficiency: 0.94 at 90 kVA load @ P.F 0.8 & 0.90 at 25 kVA load @ P.F. 0.8 2.1.3.2. Stand by losses: Less than 65 W 2.1.3.3. No load losses: Less than 2200 W 2.1.4. BUILT IN PROTECTION 2.1.4.1. General 2.1.4.1.1. The SSFC shall be self-protecting for overcurrent conditions up to and including 90% of component thermal capacities. 2.1.4.1.2. The 400 Hz System shall be equipped with an aircraft interlock system (E/F) that can be by-passed from the remote control station. When the 400 Hz cable connector is attached to the aircraft receptacle and the Interlock System is by-passed, the E/F interlock shall automatically return to active mode upon receipt of 28 VDC on the F wire (ref. BS2G219). 2.1.4.1.3. The 400 Hz system shall be designed with a grounded (PE) 400Hz neutral and adjustable leakage current supervision of the current to ground (PE). If the connection between the 400 Hz neutral and ground is removed the system shall automatically monitor the voltage between the ground (PE) and the 400 Hz neutral. The system shall then automatically shut down, if the voltage between ground (PE) and the 400 Hz neutral exceeds 42 V. 2.1.4.1.4. The SSFC shall provide a PBB interlock circuit which will switch states when the output of the SSFC is on. 2.1.4.2. Input: 2.1.4.2.1. The input shall be phase insensitive 2.1.4.2.2. There shall be shut down for phase loss. 2.1.4.2.3. There shall be a shut down for either low or high voltage. 2.1.4.2.4. There shall be a manually operated input disconnect device to allow maintenance personnel to remove power from the unit circuitry. 2.1.4.3. Output: 2.1.4.3.1. Over-voltage shall meet MIL-STD-704F. 2.1.4.3.2. Undervoltage shall meet MIL-STD-704F. 2.1.4.3.3. Over-frequency shall meet MIL-STD-704F. 2.1.4.3.4. Under-frequency shall meet MIL-STD-704F. 2.1.4.3.5. The SSFC shall be capable of withstanding without damage, a bolted line-to-ground fault, a bolted line-to-line fault, or a bolted phase-to-phase fault cleared by internal solid state circuitry. 2.1.4.3.6. The internal solid state circuitry shall operate to shut the unit down immediately in the event of an internal malfunction or electrical fault. 2.1.4.3.7. The unit shall shut down immediately due to an overtemperature condition. 2.2. CONTROLS AND INDICATORS: 2.2.1. The unit has the following controls and diplays. 2.2.2. Power ON LED - Blue 2.2.3. Warning LED - Yellow when active 2.2.4. Alarm/Failure LED - Red when active 2.2.5. Display Navigation buttons (Up, Down, Left, Right & Select) 2.2.6. Output 1 - 400 Hz Power On/Off/Reset pushbutton. 2.2.7. Output 1 status LED: Green - Output 1 ON 2.2.8. Optional Output 2 - 400 Hz or 28VDC Power On/Off/Reset pushbutton. 2.2.9. Optional Output 2 status LED (Green - Output 1 ON 2.2.10. Emergency Stop pushbutton 2.2.11. Eleven-Line 40 character alphanumeric display with pushbutton controls for changing screens and entering values. 2.2.11.1. The default display will show the current date, time and the status of each output. 2.2.11.2. Display output voltage, current, frequency and power information on multiple screens. 2.2.11.3. Display system voltages, temperature, software versions and MAC address on multiple screens. 2.2.11.4. Display current status of all inputs and outputs to the controller. 2.2.11.5. Display up to 100 current and previous faults and the faults related parameters. 2.2.11.6. Display up to 100 recorded power usage logs 2.2.11.7. Display/adjust the following setup parameters: 2.2.11.7.1. Output voltage 2.2.11.7.2. Individual Output Voltage Drop Compensation Mode (automatic/manual) 2.2.11.7.3. Individual Output Voltage Drop Compensation Manual entry 2.2.11.7.4. Fan control (Temperature controlled or Always ON) 2.2.11.7.5. EF Interlock Bypass 2.2.11.7.6. Personnel safety systems such as Neutral Voltage Monitoring and Earth Leakage Voltage 2.2.11.7.7. Set Date and time 2.2.11.7.8. Ehternet configuration 2.2.11.7.9. Unit designation 2.2.11.7.10. Display language 2.2.11.8. Changing of the setup parameters can be locked out by use of a dip switch on the display controller board. 2.2.12. For horizontal units the Control Panel is a self-contained unit capable of being remotely located within 110 meters of the unit. (30 meter cable supplied with the Remote Control Panel.) 2.3. DIAGNOSTICS 2.3.1. The unit shall perform a self diagnostic test each time the unit is started. 2.3.2. The unit shall perform a "Lamp Test" each time the unit is started. 2.3.3. The unit shall indicate faults on the display on the front control panel. 2.4 OUTPUT POWER CABLES 2.4.1 The single 90kVA output cable shall be provided separately and it shall be sixty (60) feet long, and capable of withstanding overload conditions specified herein. 2.4.2 The output cable head shall incorporate a field replaceable nosepiece having thermal protection in the head body and the nose section [and field replaceable ON/OFF switches] [and UP/DN switches]. 2.4.3 The output cable shall be of single molded cable construction having met ETL, UL or Mil-DTL specifications and having a sales history of at least 5yrs. 2.4.4 Specify the make and model number of the output cable assembly in the quote and submittal. 3. MECHANICAL 3.1. PHYSICAL CHARACTERISTICS 3.1.1. The weight of the SSFC shall not exceed 750 pounds. 3.1.2. The maximum dimensions for a ground mounted unit shall be 22.4" Wide, 22.1" Deep, 45.3" High. The maximum dimensions for a bridge mounted unit shall be 22.6" Wide, 45.1" Deep, 27.6" High. 3.1.3. The enclosure shall be rated as NEMA 3R. 3.1.4. The SSFC will be vertical [horizontal] and will be mounted on a [housekeeping pad] [under a passenger loading bridge]. 3.1.5. Major components and subassemblies shall be marked or labeled with an identification number or letter code, or both, on or near the device. The code shall be readily visible when examining the SSFC. 3.2. ENVIRONMENTAL CONDITIONS 3.2.1. The SSFC shall be capable of being operated under the following conditions: 3.2.1.1. Operating temperature -40° C to +56° C (-40° F to 132.8°F). 3.2.1.2. Relative humidity: 10% to 100% (non-condensing) 3.2.1.3. Altitude: Up to 6,600 feet (2000 meters) above sea level without de-rating. 3.2.2. Acoustical noise shall not exceed 65dBA @ 1m high and 1m distance. 3.2.3. The SSFC shall meet conducted and radiated limits of MIL-STD-461 3.3. CONSTRUCTION 3.3.1. The electronics and magnetics sections of the SSFC shall be grouped for easy inspection or replacement. Each individual module shall be arranged for removal without disassembly of the SSFC. 3.3.2. Wiring terminals shall be selected to result in a permanent, secure bond between the wire and terminal. Circuits which continue to field-wired components shall terminate at suitably identified, easily accessible terminal blocks. 3.3.3. Flammable and fungus nutrient materials shall not be used. 3.3.4. All materials shall be new, unused and suitable for the purpose intended. 3.3.5. Case components shall be painted and suitably protected from oxidation and corrosion. 3.3.6. The cabinet enclosure shall be designed to be suitable for the intended environmental conditions. The components and sub-assemblies shall be mounted in an enclosure suitable for the intended environmental conditions. 3.3.7. Access doors and cover shall be provided with interlocks equipped with a maintenance override for access to component parts. 3.3.8. The control panel shall be mounted within the enclosure (for vertical units) and shall be in a separate remote enclosure for horizontal (PBB mounted) units with provisions included for attaching remote controls. 3.3.9. The magnetics module shall be cooled by a long life (10 year) fan and the air flow shall be separated from the internal electronic components to provide a separate physically sealed environmentally clean electronic subsection. 3.3.10. Power cables shall be high temperature (125 °C) and halogen free. Termination shall be with compression type cable lugs / bolts and secured with leaf springs washers. The minimum size of cables used within the unit shall be 1 mm2 with the exception of PCB and ribbon cables. Control terminals and small power terminals shall be of the clamp type capable of taking up to 4 mm2 flexible core. All cables shall be clearly marked near termination points at both ends, using an indelible method (e.g. slip-on type markers). Wrap-around adhesive markers shall not be accepted. The marking/numbering shall correspond with schematics / diagrams. 4. MAINTENANCE 4.1. Other than changing the air filters, the only preventative maintenance required should be checking power connections annually. 5. MEMORY STORAGE 5.1. The unit is capable of recording the last 100 power deliveries and 100 error logs and retaining the memory for at least 5 years during the absence of external power. 5.2. These memory records can be down loaded using a USB memory stick or the remote communications connection. 6. COMMUNICATIONS 6.1. The unit shall be capable of providing the following information over an RS-485, Modbus or TCP/IP data link 6.1.1. Unit status 6.1.2. Fault information 6.1.3. Average Input voltage, current and power 6.1.4. Output voltage, current and power by phase 6.1.5. DC link voltage 6.1.6. Power usage 6.1.7. Setup values 7. COMPLIANCE AND CERTIFICATION 7.1. The converter will be UL/CSA listed by an NRTL organization. No further UL/CSA certifications are required for installation. 8. MOUNTING CONFIGURATIONS 8.1. The converter can be mounted horizontally for installation on a passenger boarding bridge (PBB) or trailer. 8.2. The converter can be mounted vertically for fixed mount applications to minimize floor space. 8.3. The vendor shall furnish lifting and installation instructions. 9. Burn-In: 9.1. Before delivery, operate each SSFC for a minimum of 2 hours. 10. WARRANTY: The manufacturer shall guarantee that its products will meet all applicable Specifications and other specific product and work requirements including those of performance of this agreement and will be free from defects in material and workmanship. Warranty period shall be for two (2) years from acceptance by the Owner. Warranty shall not be voided by on site maintenance personnel performing basic troubleshooting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15-1/F7H2MS7174AW06/listing.html)
 
Place of Performance
Address: Kentucky Air National Guard, 1101 Grade Lane, Louisville, Kentucky, 40213, United States
Zip Code: 40213
 
Record
SN04625476-W 20170813/170811232313-94e4186c8ed73d620cc08ad7e3f0e153 (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  © 1994-2020, Loren Data Corp.