Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1996 PSA#1693

Bureau 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