Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1997 PSA#1851

Arnold Engineering Development Center, ATTN: PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332

59 -- 161KV, SULFUR HEXAFLOURIDE DEAD TANK CIRCUIT BREAKERS SOL F40650-97-R-0021 DUE 061297 POC Tony Clayborne, Contracting Officer, (615) 454-7841 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Request for Proposal (RFP) F40650-97-R-0021 incorporates provisions and clauses in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. The Standard Industrial Classification Code for this procurement is 3613 with a small business size standard of 750 employees. CLIN 0001; three each; design, manufacture, assembly and deliver 161kV, sulfur hexaflouride (SF6) dead tank circuit breakers. CLIN 0002; five each; commercial operation and maintenance manuals for all equipment. CLIN 0003; three days; on-site field engineering support. CLIN 0001, circuit breakers must meet the following ratings: (1) 169kV; (2) 2,000 Amp continuous; (3) 40,000 Amp short circuit interrupting; (4) 750 kv bil; (5) in accordance with ANSI C37.06, Table 3, line 10 and Table 4, line 14. The circuit breakers shall meet the latest revision of the following standards: ANSI C37.06 W/C37.06A, C37.09 W/C37.09C W/C37.09G, C57.13, Y14.5M, ASTM B174, NEMA WC7, NFPA 70-96. Provide each circuit breaker with the following: (1) 125 volt dc breaker controls; (2) air compressor and heaters 208 volt 60Hz single phase; (3) convenience outlets and lights 120 volt 60Hz single phase; (4) compressor run -- time meter; (5) twelve multi-2000/5 ratio bushing type current transformers (CT's) with taps at 1600/5, 1200/5, and 800/5 in accordance with ANSI C57.13, Two line side and two load side per phase, polarity mark away from breaker contacts, secondary leads of #10 awg wire terminated on short-circuiting terminal blocks in control cabinets; (6) furnish breakers with endurance capabilities in accordance with ANSI C37.06 table 9, line 3C; (7) Minimum control wire size #14 AWG; (8) pneumatic trip-free operation with self contained air tank to provide a minimum of four open-to-close-to-open operations without recharging; (9) auxiliary switch assembly providing, in addition to the contacts required for breaker control, not less than twelve electrically independent single pole contacts-six normally open and six normally closed; (10) Provide terminal blocks and internal wiring to all breaker spare auxiliary contacts and control device spare contacts for the connection of remote circuits, provide not less than 10% spare terminals; (11) Identify each internal interconnection wire at each end with a plastic-sleeve type or shrink tubing stamped with the complete destination address; (12) breakers shall come fully assembled with the exception of legs and air tank; (13) breaker shall be shipped with positive 5 psi SF6 gas pressure; (14) all SF6 gas and equipment necessary to fill tanks; (15) desiccant dryer; (16) test/shutoff valve to test SF6 gas and air pressure switches; (17) bushing terminal pads; (18) grounding pads; (19) finish coating shall be dark gray non-corrosive, non-lead based exterior paint; (20) Certified Engineering drawings on electronic media compatible with Auto Cad R13 30 days after final submittals are approved; (21) The manufacture will perform routine factory test in accordance with ANSI C37.06, Table 6, and ANSI C37.09 Section 5, The government reserves the right to witness factory testing, the manufacturer will notify the government 14 days before the test are to be performed; (22) Maximum dimensions: 14'H X 6'W X 18'L. The following tests will be performed at AEDC prior to final acceptance: (1) visual inspection; (2) insulation resistance shall be a minimum of 2,000 megohms; (3) leakage of less than 5 micro-amps at 45KV DC; (4) contact resistance of less than 200 micro-ohm. Delivery shall be FOB Destination to Arnold Engineering Development Center and is required no later than 120 days after notice of award of contract. The following clauses/provisions to be included in subject solicitation and any award made thereof: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 1995); FAR 52.212-2, Evaluation -- Commercial Items (OCT 1995), paragraph (a) is hereby amended to add the following factors that will be equally used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; (3) past performance, delete paragraph (b); the offeror shall submit catalog cuts and data sheets that give descriptions, dimensions, and ratings for all equipment and submit an itemized response to the above listed requirements. The technical evaluation will include examination of product literature, technical features, and warranty provisions and the itemized response to the above listed requirements. The technical evaluation will be on a pass/fail basis. In order for an offeror's proposal to be determined technically acceptable, the proposal must meet the minimum requirements as listed above. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc in order for the Government to make an adequate technical assessment of the proposal; the offeror shall submit unit prices for each of the above three CLIN's. Offeror's are strongly encouraged to submit their best offer in the original proposal submission, as the Government intends to evaluate and make an award without conducting discussions with offerors; the offeror shall identify Federal, state and local government, and private contracts performed that were similar in nature to this requirement and performance schedule and the past performance evaluation will include verification of past performance on these contracts as well as information obtained from other sources known to the Government; Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1997) with its proposal. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (AUG 1996) is incorporated by reference. FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 1996) is incorporated by reference, paragraph (b), the following clauses are appropriate and incorporated into this contract: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). Additionally each offeror shall include a completed copy DFARS 252.212-7000, Offeror Representation and Certifications -- Commercial Items (NOV 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, paragraph (b), the following clauses are appropriate and incorporated into this contract: 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns (Alternate I) (15 U.S.C. 644); 252.225-7007, Trade Agreements (10 U.S.C. 2501-2582); 252.225-7012, Preference for Certain Domestic Commodities; 252.233-7000, Certification of Claims and Requests for Adjustment or Relief (10 U.S.C. 2410); 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). DFARS 252.225-7006, Buy American Act -- Trade Agreements Balance of Payments Program Certificate (JAN 1994) is incorporated by reference. WARRANTY -- The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered on a similar commercial sale. Acceptance of the warranty does not waive the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed above. This is a DO rated contract. All responsible sources may submit a proposal which shall be considered by the agency. Offers are due to Mr. Tony Clayborne, USAF Procurement Branch, Contracting Division, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 by 2:00 P.M. (local time) on 12 June 1997. Facsimile responses are not acceptable. The anticipated award date is 30 June 1997. For information regarding the synopsis/solicitation contact Mr. Tony Clayborne at (615) 454-7841. (0139)

Loren Data Corp. http://www.ld.com (SYN# 0295 19970522\59-0001.SOL)


59 - Electrical and Electronic Equipment Components Index Page