|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918314th Contracting Squadron, 840 Leadership Drive, Little Rock AFB, AR
72099-4954 59 -- RECLOSER, MEDIUM VOLTAGE!! SOL F03602-97-T2618!! POC Contact
TSgt Bryan Pyle, 501/988-8434/Contracting Officer, Caroly Walls
501/988-8113!! 17. 0001 -- RECLOSER: Three phase; air insulated;
electronically controlled circuit recloser, 800 amperes maximum
continuous current rating with type ME electric control (Kyle Form 3A).
RATINGS: Maximum Design Voltage: 15.5 kV., Nominal Operating Voltage:
2. 4-14.4 kV., Basic Insulation level-BIL: 110 kV, 60 Hertz Withstand
Voltage: a. Dry, one minute: 50 kV and b. Wet, ten seconds: 45 kV, Max
RIV at 1.0 MHZ/9.41 kV: 100 microvolts., Continuous Current rating:
800 amperes., Symmetric Interrupting Current: 12,000 amperes., Cable
Charging Current: 2 amperes., Magnetizing Current: 28 amperes., General
Purpose Capacitance Current: 250 switching amperes., 3 Second Current,
Symmetric: 12,000 amperes., Momentary Current, Asymmetric: 19,200
amperes. MECHANICAL LIFE: 2500 close-open operations. DUTY CYCLE:
Percent of Interrupting Rating 15-20; 45-55; 90-100, Maximum Circuit
X/R Ratio 4; 8; 16, Number of Unit Operations 88; 112; 32. FEATURES: 1.
Mechanically and electrically trip-free. 2. Three poles of recloser
shall be operated simultaneously by solenoid-spring operating
mechanism. 3. Recloser be opened and closed by means of energy provided
by motor operating at 240 volts ac, 60 Hz and stored in springs for
both tripping and closing operations. 4. Bushings: "Wet" process
porcelain; provide creepage distance of 17 inches. 5. Busing Terminals:
Universal clamp type; accommodate conductors ranging in size from 4/0
to 1000 MCM, inclusive. 6. Current interruption shall occur in vacuum
interrupters, one interrupter per phase. 7. It shall be possible to
replace one or all bushings without realignment or adjustment of vacuum
interrupters or operating mechanism. 8. Resistance-type Heaters:
Provide in interrupter and operating mechanism cabinets to prevent
moisture condensation. 9. Recloser shall be mounted in substation
mounting frame. 9. Mounting frame extension shall have ground pad which
shall accommodate two No. 2/0 to 250 MCM conductors. 11. Provide
4-digit counter in operating mechanism. 12. Recloser shall use motor
operator to charge opening and closing springs; solenoids shall be used
for tripping and closing operations. 13. Provide contact position
indicator, externally visible. 14. Provide two external pull rings, one
to close recloser and one to trip recloser. 15. Spring operator
condition indicator shall indicate whether closing springs are
energized. Indicator consists of mechanical flag for indication and
shall be visible from front of operator cabinet. 16. Recloser shall be
capable of manual trip and manual close on maximum fault. Closing
springs shall be charged manually be means of crank, through gear box.
SPRING CHARGING MOTOR: 1. Operating Voltage: 240 volts. 2. Voltage
Range: 160-257 volts. 3. Maximum Current RMSA: 13. 14. Steady State
Current: 8. 5. Motor Running Time: 40. CONTROLS: Recloser shall be
capable of operation with any of following controls: 1. Form 3., 2.
Form 3A., 3. Form 4A., 4. Form 4C, Type ME recloser control.
ACCESSORIES: 1. Double size 3A control cabinet., 2. Load current
indicators.,3. Substation mounting frame extension., 4. Control
mounting bracket., 5. Set of six bird guards for bushings. MEDIUM
VOLTAGE RECLOSER -- EQUIPMENT DETAILS (REFERENCES): A. ANSI C37.60 --
Standard Requirements for Overhead, Pad Mounted, Dry Vault, and
Submersible Automatic Circuit Reclosers and Fault Interrupters for AC
Systems. B. ANSI C37.61 -- Standard Guide for the Application,
Operation and Maintenance of Automatic Circuit Reclosers. REQUIRED
SUBMITALS WITH PROPOSAL: A. Shop Drawings: Indicate electrical
characteristics and connection requirements, outline dimensions,
connection and support points, weight, specified ratings, and
materials. B. Product Data: Provide electrical characteristics and
connection requirements, standard model design tests, and options. C.
Test Reports for information: Indicate procedures and results for
specified factory and field testing and inspection. D. Submit
manufacturer's installation instructions for information. E.
Manufacturer's Certificate for information: Certify that products meet
or exceed specified requirements. F. Provide operation and maintenance
manuals. DELIVERY, STORAGE, AND HANDLING: A. Accept switchgear on site.
Inspect for damage. B. Protect products from weather and moisture by
covering with heavy plastic or canvas. C. Protect switchgear controls
from moisture by using appropriate heaters as instructed by
manufacturer. MAINTENANCE MATERIALS: Furnish two each of special tools
required to operate and maintain automatic circuit recloser. Provide
tools to Civil Engineering Contract Inspector prior to final
inspection. PRODUCTS (MANUFACTURERS): A. Cooper Power Systems, or S&C
or Westinghouse or equal. INSTALLATION: Install in accordance with IEEE
C37.61. B. Install automatic circuit recloser on existing pad. C.
Provide connectors to make electrical connection with system. PROJECT
SCOPE: The Contractor shall furnish all layout, survey, plant, labor,
supervision, quality control, materials, equipment, machines, tools,
appliances, services, supplies, andincidentals required to remove two
existing 13.8 kV circuit reclosers and install two new 13.8 kV circuit
reclosers including associated controls and electrical connections.
SPECIFIC DESCRIPTION OF THE WORK (DETAILS): a. Removal and installation
of two 13.8kV circuit reclosers will require working in an outdoor
energized overhead bus substation. The main switch station has a
"Sparing-Recloser" configuration which allows one recloser to serve as
a common spare for the four circuit reclosers. This will allow for
replacement of the reclosers without a power outage. The existing
circuit reclosers shall be removed and new reclosers installed one at
a time. b. Sparing-Recloser (Circuit E) shall be replaced first and
energized to ensure no problems/malfunctions existing with new circuit
recloser installation. c. After Sparing-Recloser (Circuit E) has been
installed and checked, then work may proceed to replace Circuit D
recloser. During replacement of Circuit D recloser, new
Sparing-Recloser Circuit E can be used to supply load for Circuit D.
(Minor modifications to circuit recloser connection leads may be
required to fit new recloser insulator). d. Coordinate work with Little
Rock AFB's Base Maintenance personnel and local power company. Work
shall be done in accordance with Federal Government
Regulations/Procedures and National Electrical Safety Code. Delivery
shall be FOB: Destination and all work shall be accomplished on site,
Base Switching Station, Little Rock AFB, AR. MATERIAL SHIPMENTS: Little
Rock AFB Base Civil Engineering Squadron will not receive material
shipments for this project and Contractor shall not ship materials to
himself addressed in care of Base Civil Engineering, Squadron, or Base
Operational Contracting Office. Receiving and storage of material is
entirely responsibility of Contractor. CLOSE-OUT PROCEDURES: A. When
Contractor considers work has reached final completion, submit written
certification that the contract documents have been reviewed, the work
has been inspected, and that the work is complete in accordance with
the contract documents and ready for final inspection. B. Provide the
Contracting Officer with a requested date for final inspection, in
writing, not less than two working days prior to the proposed date of
final inspection. The Contracting Officer will coordinate with the
members of the inspection party and establish the final inspection
date. If construction deficiencies are identified, a request for
reinspection must be given upon correction of the deficiencies. C.
Deliver the two existing 13.8 kV circuit reclosers to a site on base as
designated by Contracting Officer. FINAL CLEANING: A. Execute prior to
final inspection., B. Clean site; sweep paved areas, rake clean other
surfaces. C. Remove waste and surplus materials, rubbish, and
construction facilities from the project and from the site. WARRANTIES:
A. Provide all manufacturer's warranty documents required by individual
sections. B. Submit the documents with a Table of Contents and assemble
in a binder with a durable plastic cover. DELIVERY SCHEDULE: The
Contractor shall furnish a delivery plan with proposal. The Contractor
shall complete the work within sixty (60) calendar days from receipt
of order. This is a combined synopsis solicitation for commercial items
prepared in accordance with the format in Federal Acquisition
Regulation (FAR) subpart 12.6, as supplemented with additional
information included in this notice. This is a 100% Small
Business-Small Purchase Set-Aside. This announcement constitutes they
only solicitation. Proposals are being requested and a written
solicitation will not be issued. This solicitation (F03602-97-T2618) is
issued, and will be awarded using simplified acquisition procedures.
This solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 90-46. The
provision at 52.212-1, Instructions to Offerors -- Commercial Items
(OCT 1995) applies to this acquisition. The provision at 52.212-2,
Evaluation -- Commercial Items applies to this acquisition. Paragraph
(a) of 52.212-2 shall read: "(a) The Government will award a contract
resulting from this solicitation to the responsible Offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following
evaluation factors will be used to evaluate offers: (i) technical
capability of the item offered to meet the Government requirement; (ii)
price; (iii) past performance. Offerors may submit such documentation
with offers, such as product literature, technical features and
warranty information to describe the capability of their product
intended to meet the Government's requirement. Selection will be to the
offer that is most advantageous to the Government based on the above
factors of this synopsis solicitation." Offerors shall include a
completion of the provisions at 52.212-3, Offeror Representations and
Certifications -- Commercial Items. The provision at 52.212-4, Contract
Terms and Conditions -- Commercial Items. The provision at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items. The full text for the above FAR
clauses are available at the following Internet address
http://www.gsa.gov/far. All responsible sources may submit a quotation
which will be considered by this agency. Any questions concerning this
acquisition may be directed to TSgt Bryan Pyle 501/988-8434. Offers are
due on 21 Aug 97 at 3pm CST. Offers shall be sent to the 314th
Contracting Squadron, 840 Leadership Drive, Little Rock, AR 72099-5019.
Facsimile offers will not be offered. Numbered Notes: 1., 13. and
25.***** (0234) Loren Data Corp. http://www.ld.com (SYN# 0233 19970827\59-0001.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|