SOURCES SOUGHT
61 -- 61--MT YT 15KVA UPS
- Notice Date
- 2/14/2022 7:19:14 AM
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 140R6022Q0011
- Response Due
- 2/21/2022 2:00:00 PM
- Archive Date
- 03/31/2022
- Point of Contact
- Heflin, Howard, Phone: 4062477797
- E-Mail Address
-
HHeflin@usbr.gov
(HHeflin@usbr.gov)
- Description
- This is a Sources Sought Announcement for the Yellowtail Dam and Powerplant. This announcement is being used for market research and advanced planning purposes. Proposals are not requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE. The Bureau of Reclamation, Missouri Basin Region, Billings Montana, has a requirement for the supply and delivery of an inverter UPS system for the Yellowtail Dam and Powerplant. The Yellowtail Dam and Powerplant is an approximately 88-mile drive Southeast of Billings, Montana. The brand name or equal supplies required include: 1. Qty 1 - 15 KVA SINGLE PHASE 3-WIRE OUTPUT DIGITAL FERRORESONANT UPS. Model Ametek 2DSE015-48-12-24-60-S 2. Qty 1 - 15 KVA, THREE PHASE REMOTE MANUAL BYPASS SWITCH (RMBS). Model Ametek 3RS150MB-20 Salient characteristics minimums for brand name or equal: 1. Double conversion UPS (from AC to DC and from DC to AC). 2. Pulse Width Modulation (PWM) inverter. 3. Continuous (no interruption) make before break switching, ferro-resonant inverter - UPS, clean and regulated minimum �2% voltage and < 5% THD- output power for critical AC loads. 4. 15 kVA output capacity. 480 VAC 3-ph, 3 wire input. 120/240 VAC (3-wire) single phase output, 60 Hz. 5. Overload Capacity 115% or more continuous without shutdown. 6. Capable to connect to an independent DC source (battery bank) Nominal 130 VDC (105-140 VDC operation range) battery input outside the UPS enclosure. 7. 120/240 VAC 3-wire, single phase bypass capacity. 8. Automatic Static Switch transfer. 9. Reliable history with USBR Hydro-powerplants or other US government power plants. 10. Synchronism Status (In/Out of Sync) with bypass source. 11. Keypad controls with visual and audible alarms. Alarms required: Fan Failure, Low DC Voltage, Bypass Supply Load, SCR failure, Power Supply failures, Rectifier Failure, Inverter failure, Bypass failure and, UPS trouble. 12. Output frequency = 60 Hz � 0.1 %. 13. In unit circuit breakers for the AC input, the Bypass Source and Battery input source. 14. On-equipment metering (Ammeters or Voltmeters). 15. Audible Noise lesser than 72 dB at 1.5 meters. 16. Capable to connect to a remote manual bypass switch. Delivery will be FOB destination to: Bureau of Reclamation-GP-MTAO Yellowtail Dam and Powerplant 2 Avenue B Ft. Smith MT 59035 The Government is seeking interested businesses, small businesses, small disadvantaged businesses, woman-owned small businesses, HUBZone small businesses and/or service-disabled veteran owned small business concerns who have the resources necessary to successfully supply and deliver these supplies. This procurement shall be awarded using FAR Part 12 Acquisition of Commercial Items. The NAICS code for this order is 335999 Inverters, solid-state, manufacturing; 6110 Electrical Control Equipment, with a business size standard of 500 employees. It is anticipated the proposed award will result in a Firm Fixed-Price contract, to one contractor. All responsible sources that believe they have the capability to meet this need may submit a capability statement along with business profile to Howard Heflin at hheflin@usbr.gov by 4:30 PM MST, February 21, 2022, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements. The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound to this information if a solicitation is issued. A determination by the Government not to compete this proposed contract action, based on the responses to this notice, is at the discretion of the Government. SYSTEM FOR AWARD MANAGEMENT (SAM) � Effective October 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database at the time they submit their offer. Additionally, the contractors �DUNS and BRADSTREET� and banking information are required for the SAM registration and annual confirmation requirements must be accomplished through the SAM website at https://www.sam.gov. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220. INVOICE PROCESSING PLATFORM (IPP) � Payment requests for the anticipated contract or agreement must be submitted electronically through the U.S. Department of Treasury�s �Invoice Processing Platform� (IPP) System via the IPP website at https://www.ipp.gov. Contractors are required to use the IPP website to access and use IPP for submitting request for payment. Registration assistance can be obtained by contacting the �IPP Production Helpdesk� via email ippgroup@bos.fbr.org or phone 1-866-973-3131. If the contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the contractor can submit a waiver request in writing to the Contractor Officer with its proposal. Note: Waivers will be on a case-by-case basis and not automatically granted as determined by the Contract Officer. Please see Paragraph G.3, DOI-AAAP-0028 for more specific information on the process for submitting invoices in IPP.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab6722633b524ea1b456dd930985ff56/view)
- Record
- SN06242243-F 20220216/220214230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |