|
COMMERCE BUSINESS DAILY ISSUE OF MAY 28,1997 PSA#1854Regional Contracting Department, Fleet & Industrial Supply Center, Box
300, Pearl Harbor, HI 96860-5300 59 -- PILOT WIRE RELAYS SOL N00604-97-R-0014 DUE 061397 POC Susan
Afuso, (808) 474-2397 Ext. 220, Contract Specialist, Mary McFeely,
Contracting Officer This solicitation is unrestricted. The Government
intends to solicit and negotiate with only ABB Power T&D Co Inc. in
order to standardize all relays in the Navy Electrical System to
increase reliability. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in 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 separate written solicitation will not be
issued. Solicitation No. N00604-97-R-0014 applies and is issued as a
Request for Proposal. This solicitation document & incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-45 & Defense Acquisition Circular 91-10. The standard
industrial code is 3625 and the business size standard is 750
employees. This requirement is for a firm fixed priced contract for six
(6) line items. This spec covers the procurement of pilot wire relays
and accessory equipment, conforming to ANSI/IEEE C37.90, which will be
installed in the Navy Electrical System. Item 0001 = (44 each) Relays,
pilot wire, ABB Power T&D Co Inc HCB-1with flexitest case type FT-42
case, Style Number 292B930A30, Device Number 85. Relays shall: 1)
Provide high speed instantaneous relays for phase and ground fault
protection of two or three terminal underground transmission lines; 2)
Be sensitive to positive, negative and zero sequence currents; 3) Be
able to trip vacuum power circuit breakers upon occurrence of a fault
within the protected line terminals; 4) Have a maximum operating time
of 20 milliseconds; 5) Be complete with phase sequence filters,
saturating transformers, full wave rectifying units, polar units,
clipper circuits, indicating contractor switches with target, draw-out
cases, and test blocks; 6) Have restraint taps with settings for two
and three terminal systems; 7) Operate with the existing communication
consisting of copper wire pairs; 8) Be compatible with fiber optic
equipment; 9) Have interface equipment for the relays that will allow
the government to convert the communication channels to fiber optic
cables; 10) Be enclosed in rectangular, semiflush, switchboard-type
draw-out cases with indicating targets and provisions for testing in
place with the manufacturer's standard test plug; Item 0002 = (44 each)
Transformers, insulating, ABB Power T&D Co Inc Style Number 7882A26G07.
Transformers shall have a 4:1 ratio. Item 0003 = (44 each) Switch, W-2,
ABB Power T&D Co Inc Style Number 508A46G01. Switch shall: 1) Allow
measurement of current in the pilot wire at the local and remote
terminals while the relays are in operation; 2) Be flush mounting type
for 1/8 inch thick panels. Item 0004 = (44 each) Meter, milli-amp,
RC-351, 60 HZ, 0-25 MS, ABB Power T&D Co Inc Style Number 291B318A09.
Milliammeter shall: 1) Be self contained with 25 mA scale for measuring
AC current in the pilot wire system; 2) Be flush mounting type for 1/8
inch thick panels. Item 0005 = (44 each) Transformer, Ammeter, Aux,
ABB Power T&D Co Inc Style Number 291B606G09. Item 0006 = (3 sets)
Submittals to include the following: 1) Manufacturer's catalog data and
instruction bulletins for all equipment; 2) Drawings showing dimensions
of relay, case, insulating transformer, switch, and milliammeter.
Elementary and wiring diagrams with terminals identified and labeled to
correspond to the designations on the equipment. Diagrams shall
indicate wired interconnections between items of equipment and the
interconnections between the items.; 3) Manufacturer's published
time-current curves (on full size logarithmic paper) of relay to ensure
that protection and coordination can be achieved.; 4) Installation and
maintenance manuals for relays. Delivery is required within 42 days
after award of contract to be delivered FOB Destination to Commanding
Officer, Navy Public Works Center, Bldg 44, Receiving Section, Pearl
Harbor, HI 96860-5470. Inspection & Acceptance shall be at destination.
Standard practice for Commercial Packaging. The following clauses
apply: FAR 52.209-7 Organizational Conflicts of Interest
Certificate-Marketing Consultants; FAR 52.211-5 New Material; FAR
52.211-7 Other Than New Material, Residual Inventory & Former
Government Surplus Property; FAR 52.212-4 Contract Terms &
Conditions-Commercial Item with addendum to paragraph (o) Warranty-Add:
"Additionally, the Government will accept the contractor's commercial
warranty."; FAR 52.212-5 Contract Terms & Conditions Required to
Implement Statutes or Executive Orders-Commercial Items applies with
the following applicable clauses for paragraph (b): FAR 52.203-6
Restrictions on Subcontractor Sales to the Government-Alternate I; FAR
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity;
FAR 52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; FAR 52.222-26 Equal Opportunity; FAR
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era; FAR 52.247-64 Preference for Privately Owned
U.S.-Flag Commercial Vessels; DFARS 252.212-7001 Contract Terms &
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisition Commercial Items applies with the
following clauses applicable to paragraph (b): DFARS 252.225-7001 Buy
American Act & Balance of Payment Program, DFARS 252.225-7007 Trade
Agreements; DFARS 252.225-7012 Preference for Certain Domestic
Commodities; DFARS 252.227-7105 Technical Data -- Commercial Items;
DFARS 252.233-7000 Certification of Claims and Requests for Adjustment
or Relief; DFARS 252.247-7024 Notification of Transportation of
Supplies by Sea. The following provisions apply: FAR 52.211-6 Listing
of Other Than New Material, Residual Inventory and Former Government
Surplus Property; FAR 52.212-1 Instructions to Offerors-Commercial
Items with addendum to paragraph(h) Multiple Awards- Delete entire
paragraph and substitute with "Award. The Government plans to award a
single contract resulting from this solicitation."; FAR 52.215-18
Facsimile Proposal; DFARS 252.233-7000 Certification of Claims &
Requests for Adjustment or Relief. Offerors are required to complete &
include a copy of the following provisions with their proposal: FAR
52.212-3 Offeror Representation & Certifications-Commercial Items;
DFARS 252.212-7000 Offerors Representations & Certifications-Commercial
Items; DFARS 252.225-7000 Buy American Act Balance of Payments Program
Certificate. The Government intends to make a single award to the
responsible contractor whose proposal is technically acceptable, in
full compliance to all other requirements set forth in the solicitation
and the lowest cost. In case of discrepancy between a unit price and an
extended price, the unit price will be presumed to be correct, subject
to correction in the same manner as any other mistake. The Government
reserves the right to judge which proposals show the required
capability and the right to eliminate from further consideration those
proposals which are considered unacceptable and not capable of being
made acceptable without major rewrite or revision. Proposal must be
received no later than 4:00 p.m. (HST), 13 June 1997. Proposals should
be mailed to: Regional Contracting Department, Fleet and Industrial
Supply Center, Bldg 475, 2nd deck, Pearl Harbor, HI 96860-5300. A
facsimile proposal will be accepted at (808) 471-5750 or (808)
474-8885. See Note(s): 22. (0143) Loren Data Corp. http://www.ld.com (SYN# 0251 19970528\59-0018.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|