Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1997 PSA#1920

Dept of Veterans Affairs (665/90C), 16111 Plummer St., Sepulveda, CA 91343

K -- UPGRADE OF EMERGENCY GENERATOR SOL RFQ 665-30-97 DUE 092697 POC Chris Crader (818)895-9365 This is a combined synposis/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 writing solicitation will not be used. Solicitation number RDQ 665-30-97 applies, and is issued as a Request for Quotation. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 90-46. The Department of Veterans Affairs, Southern California System of Clinics (SCSC) require the "Upgrade of the Emergency Generator". This solicitation is not restricted. The Standard Industrial Classification (SIC) Code is 3511. Amall Business Size Standard is 1,000. Statement of Work (SOW) is for emergency generator upgrade, Purpose of this work is to upgrade the govenor and engine control system of the 2000 Kilowatt diesel engine/synchronous generator set, equipment is MFG: General Motors; Engine Model:16-645-34; Engine S/N:73M1-1056; Gen. Model: A20T-48; Gen S/N:73M1-1-28. Requirements: (A).Provide all labor, parts, and supervision to replace all existing control relays in the engine control panel with a solid state programmable logic controller (MFG. Allen Bradley or equivalent) with a minimum of 24 inputs, 16 outputs and all required programming. The new control system should include a new speed relay/magnetic pickup assembly (Dynalco SST2400 or equivalent). The new system should operate logically in a manner identical to the old system, i.e., engine should start under certain conditions, such as loss of power, loss of utility phase, overcurrent, undervoltage, or overvoltage; once started the generator should be prevented from going on-line if generated voltage or frequency is not within specifications; and once started and on-line, the generator should take itself off-line for undervoltage, overvoltage, overcurrent, high or low frequency and engine safety. Current system logical operation must be verified in the field by the successful vendor. The new system is to be connected to an existing remote annunciator. Included in this replacement are all power supplies, relays, and ancillary parts required to produce a functional system. (B).Replace existing Woodward EGB actuator/EGA governor control with Woodward UA12 actuator and 2301A govenor controller (or equivalent). Included are all linkages, levers, mountings, and other parts as required. (C).Remove existing extraneous paralleling circuitry. Replace "back on line" sequencing circuitry with programmable logic control system. Add keyed switches for exercising system and controlling automatic transfer switches. (D).Provide CAD drawings of the modification (two hard copies, plus one copy on "3.5" disk, IBM format, Autocad V.12 compatible) and two sets of manuals of new equipment. Provide on-site training of VA personnel on opertion of the new equipment. (E).Vendor must be familiar with the controls of the 1970 generation of the existing equipment in order that their function can be duplicated with modern electronics. Provisions 52.212-1, entitled "INSTRUCTIONS TO OFFERORS"-COMMERCIAL (JUN 1997), applies to this acquisition; Provision 52.212-2 entitled "EVLUATION-COMMERCIAL ITEMS (OCT 1995)"applies to this solicitation. The factors as stated in paragraph (a) of the provision are (i)Technical Capability: Vendor shall furnish detailed information describing his/her qualifications and ability ato meet the technical specifications listed above. (ii)Past Experience: Vendor shall provide an overall assessment of three (3) similar projects completed within the past three (3) years. (iii)Cost/Price:The proposal will be examined and evaluate in order to determine the cost/price most advantages to the Government. The Government will award a firm-fixed price purchase order to the responsive and responsible offeror whose quotation is found to be technically acceptable with past experience and price/cost. Providea completed copy of provision FAR 52.212-3 entitled "OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMEERCIAL ITEM (JAN 1997)", with the proposal. FAR Clause 52.212-4 entitled "CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 1997)"applies to this acquisition. FAR Clause 52.212-5 entitled "CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS" (AUG 1996)" applies to this acquisition. The following additional Referenced FAR Clauses are also applicable to the acquisition: FAR 52.204-6; FAR 52.222-1; FAR 52.225-14; FAR 52.228-5 entitled "INSURANCE ON GOVERNMENT INSTALLATION (JAN 1997); VAAR 852.270-1 entitled "REPRESENTATIVES OF CONTRACTING OFFICERS. (APR 1984; VAAR 852.270-4 entitled "COMERCIAL ADVERTISING. (NOV 1984)". Proposals in response to this solicitation are to be received no later than September 26, 1997, in Building #1, Room C113 at 3:00 PM.by Contracting Officer, Chris Crader (90C), Southern California System of Clinics, 16111 Plummer Street, Sepulveda, California 91343. Only responses with sufficient information will be considered. Proposals must state name, address, telephone number, and solicitation number. number of Contracting Officer listed above (0238)

Loren Data Corp. http://www.ld.com (SYN# 0045 19970829\K-0001.SOL)


K - Modification of Equipment Index Page