Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1998 PSA#2066

Commercial Acquisition Department, Bldg 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport, RI 02841-1708

61 -- ELECTRIC MOTOR AND CONTROLLER SOL N66604-98-R-2799 DUE 041798 POC M. Maguire, Contracting Officer at (401) 841-2442 X293; FAX (401) 841-4820. WEB: Naval Undersea Warfare Center Division, Newport, http://www.npt.nuwc.navy.mil/contract/. E-MAIL: M. Maguire, Contracting Officer, maguire@code59.npt.nuwc.navy.mil. (i) This is a combined synopsis/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 written solicitation will not be issued. (ii) The solicitation number for response purposes is N66604-98-R-2799 and is issued as a request for proposals. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. (iv) This acquisition is restricted as a 100% small business set-aside. (v) The following is a description of the contract line items, numbers, item description and quantity the Naval Undersea Warfare Center Division Newport intends to procure: (CLIN 0001) 1 each electric motor including the controller and communications option with the following characteristics. (vi) (a) General Description: Drive system shall be capable of at least 400 HP at 1780 RPM in either cw or ccw directions, operate from 380-480 VAC 3-phase 50/60 Hz facility power. The general drive requirements may include 0.01% speed regulation over the entire speed range (1-500 RPM) via closed loop control using either an absolute encoder or resolver. Drive must have user adjustable acceleration and deceleration rates which will automatically override a step change in drive speed command. It shall have 2 analog outputs which can be configured as +/- 10VDC, 4-20 mA, and 0-20 mA and configured to output an analog representation of the key motor parameters such as motor speed, torque, or horsepower. The Serial Communications shall be RS422 and RS485 bi-directional serial communications running at baud rates including 4800, 9600, and 19200 baud. Communications protocol must adhere to ANSI 10-bit framing (1 start bit, 7 data bits, 1 parity bit, and 1 stop bit) guidelines. Drive must be addressable so that it can be differentiated from other devices on the bus. Error checking of the message content must be performed by the drive using a checksum approach. Key parameters such as speed or power command, control loop gains, and acceleration and deceleration rates must be able to be downloaded to the drive serially. Serial feedback signals must include actual speed, torque, horse-power and motor current. Dynamic braking capability must be included in the drive, which (with appropriate load resistor) will allow for accelerated braking and prevent the drive from free-wheeling. The drive must sense, react to, and report an AC line under-voltage condition. AC line over-voltage condition, phase loss, drive overheating, drive overload, motor short circuit, and motor overheat condition. Appropriate sensors must be incorporated for all of these parameters. The size shall be NEMA size 5007L or not to exceed 60" total length, 30" height and 42" in width. Total size includes all auxiliary attachments, include fan and access control box. (vii) Delivery: Delivery shall be at the Naval Undersea Warfare Center, Division Newport, Newport RI, FOB Destination on or before 120 days after award of contract. Inspection: Inspection and acceptance shall be at the Naval Undersea Warfare Center Division, Newport. viii) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2 Evaluation -- Commercial Items, to include the specific evaluation criteria in paragraph (a): 1) Quality of the equipment and meets or exceeds minimum specifications; 2) Past Performance, 3)Value based on price. Offers are to include descriptive literature to demonstrate that the product proposed meets the criteria identified herein. Proposals will be evaluated against the characteristics provided as the minimum requirement herein and determined to be the best value for the government. Offers shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. The Clause at FAR 52.232-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses are checked: 52.226-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Viet Nam Era and 52.222-36 Affirmative Action for Handicapped Workers and 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Viet Nam Era. Standard Commercial Warranties apply. Offers are due no later than 2:00 PM, Local Time on 17 April 1998. This procurement is 100% set aside for small business. The SIC Code for this action is 3621. All responsible sources may submit a proposal which shall be considered. Estimated RFP release date: none; SIC Code:3621. (0091)

Loren Data Corp. http://www.ld.com (SYN# 0253 19980403\61-0001.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page