Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918

314th 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