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