|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1996 PSA#1693Bureau of Reclamation, 1150 North Curtis Road, Boise ID 83706-1234 61 -- BATTERY, STATION TYPE (PLANTE CELLS) FOR THE LEFT POWERPLANT,
RIGHT POWERPLANT, PUMPING PLANT, PUMP/GENERATING PLANT SOL
1425-96-SP-10-14080 DUE 102496 POC Contact Pamela Henry
208-378-5159/Terry K. Ford Jr., Contracting Officer 208-378-5100 This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format FAR 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 No.
1425-96-SP-10- 14080 is issued as a Request for Proposal (RFP) and
incorporates provisions and clauses in effect through Federal
Acquisition Circular 90-41. This acquisition is not set-aside. The size
standard is 500 employees and the standard industrial classification
code is 3691. The Grand Coulee Dam Power Office, Grand Coulee,
Washington, has a fixed price requirement for furnishing and delivery
of the following items: FOUR PLANTE TYPE STATION BATTERIES CONSISTING
OF INDIVIDUALLY CASED LEAD ACID CELLS AS SPECIFIED BELOW. The batteries
shall be Plante type cells with cast, solid, pure lead positive plates.
Pasted-plate or grid type positive plates will not be allowed. The
negative plates shall be the pasted-grid type. The cell posts shall be
configured such that the inter-cell connectors are of the dual
independent type. This post and connector design shall allow for the
removal of any of the parallel dual inter-cell connectors for
maintenance/replacement while the battery remains in service. The cell
''jars'' shall be of a clear, fire-resistant material such as styrene
acrylonitrile (SAN), to facilitate visual inspection. The jar lids
shall be chemically welded to the jars using a tongue and groove joint
to reduce the possibility of seeping or leaking. The post seals shall
be a tongue and groove rubber system held captive in the lid. This
seal shall allow for the normal elongation of the plates without
deterioration of seal integrity. The Plante type cells shall retain 100
percent of rated capacity throughout the life of the battery. The rated
life expectancy of the battery shall be at least 25 years. The supplier
shall provide all necessary inter-cell connectors for the complete
installation of this battery as installed on these racks, specified and
existing. The inter- cell connectors shall be the dual independent
type, such that the battery can remain in service with any one of the
dual connectors removed. The supplier shall furnish spare inter-cell
connectors equal to 20 percent of those required to install the
batteries at each installation. The supplier shall furnish
non-oxidizing grease connection compound for the complete installation
of the battery plus an equal amount of future maintenance by the
Government. The supplier shall provide the name and phone number of a
battery disposal company with service in the Grand Coulee Dam area
which will provide disposal of the existing lead acid batteries in
accordance with all Federal and State regulations; and who will furnish
certified documentation of the disposal of the existing batteries in
conformance with regulations. This company must dispose of the
batteries at no cost to the Government; or, the supplier under this
specification shall be responsible for disposal of the existing
batteries at its own expense. For the Left Powerplant W.O.15083, the
supplier shall furnish one Plante type station class battery (Bureau
Designation--''LPH 250 Main'') consisting of 115 individually cased
lead acid cells, nominally rated 250 volts dc. The batteries shall be
Alcad Type SGH13, or equal, and shall be rated 692 amp-hours on the
8-hour rating when discharged to a minimum of 1.75 volts per cell. If
a different Manufacturer, Type, or Model is considered, complete
battery and battery rack specifications, both electrical and physical
would be required for an engineering review and redesign. Each cell
shall be fitted with a flame arrestor vent cap. The supplier shall
furnish a battery rack for the specified battery. The rack shall be in
4 sections; 2 each at 14 feet and 1 at 12 feet, and 1 at 15 feet. The
racks shall be of the two step type, seismically rated to meet the
requirements of Uniform Building Code Seismic Zone 4. The rack sections
shall be equal to 2 each of Alcad Model RW2S-14EQ, 1 each of RS2S-12EQ,
1 each of RW2S-15EQ. For the Right Powerplant W.O.15086, the supplier
shall furnish one Plante type station class battery (Bureau
Designation--''RPH 250 Main'') consisting of 115 individually cased
lead acid cells, nominally rated 250 volts dc. The batteries shall be
Alcad Type SGH11, or equal, and shall be rated 577 amp-hours on the
8-hour rating when discharged to a minimum of 1.75 volts per cell. If
a different Manufacturer, Type, or Model is considered, complete
battery and battery rack specifications, both electrical and physical
would be required for an engineering review and redesign. Each cell
shall be fitted with a flame arrestor vent cap. No racks are required
for the battery to be furnished under this item. The battery must fit
on the existing four concrete pedestal racks, each with available
battery space of 28 1/2 inches wide by 16 feet 2 inches long. For the
Pumping Plant, W.O. 15985, the supplier shall furnish one Plante type
station class battery (Bureau Designation--''Pumping Plant 250 Main'')
consisting of 115 individually cased lead acid cells, nominally rated
250 volts dc. The batteries shall be Alcad Type SGH11, or equal, and
shall be rated 577 amp-hours on the 8-hour rating when discharged to a
minimum of 1.75 volts per cell. If a different Manufacturer, Type, or
Model is considered, complete battery and battery rack specifications,
both electrical and physical would be required for an engineering
review and redesign. Each cell shall be fitted with a flame arrestor
vent cap. The supplier shall furnish one 5-foot battery rack to
supplement the existing concrete pedestal type rack. The rack shall be
a maximum of 42 inches wide. The rack shall be suitable to hold 10
cells of the battery specified in this item. The rack shall be of the
two step type, seismically rated to meet or exceed the requirements of
Uniform Building Code Seismic Zone 4. The rack shall be equal to
RW2S-5EQ. For the Pump/Generating Plant W.O. 15084, the supplier shall
furnish one Plante type station class battery (Bureau
Designation--''PGP 125 Main'') consisting of 58 individually cased lead
acid cells, nominally rated 125 volts dc. The batteries shall be Alcad
Type SGH15, or equal, and shall be rated 807 amp-hours on the 8-hour
rating when discharged to a minimum of 1.75 volts per cell. If a
different Manufacturer, Type, or Model is considered, complete battery
and battery rack specifications, both electrical and physical would be
required for an engineering review and redesign. Each cell shall be
fitted with a flame arrestor vent cap. The supplier shall furnish a
battery rack for the specified battery. The rack shall be in 2
sections; each at 14 feet by maximum of 42 inches side. The racks shall
be of the two step type, seismically rated to meet the requirements of
Uniform Building Code Seismic Zone 4. The rack sections shall each be
equal to Alcad Model RW2S-14EQ. The following FAR provisions and
clauses apply to this acquisition: 52.212-1 Instructions to Offerors--
Commercial Items (OCT 95), 52.212-2 Evaluation--Commercial Items (OCT
95), 52.212-3 Offeror Representations and Certifications--Commercial
Items (JUN 96), 52.212-4 Contract Terms and Conditions--Commercial
Items (OCT 95), 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders--Commercial Items (AUG 96).
Clause 52.215-5, paragraph (b) is tailored to incorporate the following
clauses by reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.225-9, 52.225-18, and 52.225-21. The Government intends to
make a single award to the responsible offeror whose proposal is most
advantageous to the Government. Evaluation will include price,
price-related factors and verification that the offer meets the
technical specifications. Bidders are to include a completed copy of
the provision at 52.212-3, Offeror Representations and Certifications--
Commercial Items (MAR 96), with the RFP. Offerors may request a copy of
this clause to be faxed to them. The closing time and date for receipt
of proposals is 2:00 p.m., October 24, 1996, local time. Offers are to
be mailed to the following address: Bureau of Reclamation, Bid
Depository, 1425-96-SP-10-14080, 1150 N. Curtis Road, Boise Idaho
83706-1234. All sources responding to this synopsis/solicitation shall
do so in writing. Telephone responses will not be accepted. All
sources responding to this synopsis shall submit information relating
to business status, including identification as to whether small,
large, minority-owned, and/or women- owned. All responsible sources may
submit a proposal, which will be considered by this agency. (0275) Loren Data Corp. http://www.ld.com (SYN# 0206 19961002\61-0001.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|