Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1998 PSA#2146

General Services Administration, Acquisition Services Division, 1301 Clay Street, Suite 280S, MB 45, Oakland, CA 94612

99 -- PROPANE GENERATOR SYSTEMS SOL 9T8P401A DUE 081498 POC Chris Matthews (510)637-3892 E-MAIL: chris.matthews@gsa.gov, chris.matthews@gsa.gov. The General Services Administration intends to issue a Simplified Acquisition for miscellaneous equipment in support of the U.S. Coast Guard (USCG). The USCG intends to upgrade two or three VHF-FM communication sites in southeast Alaska with propane generator systems for evaluation during the winter of 1998. The purpose of this upgrade is to significantly improve the reliability, fuel efficiency, and power reserves by replacing the TEG portion of the mountain-top hybrid power systems. Due to the single winter available for testing, different power systems are desired. Both low speed (~1800 rpm) and high speed (~3600 rpm) engines, with brushless generators will be tested. During the winter of 1998, the new propane generator systems will be exercised at a higher than normal rate to simulate several years of use. At the end of the winter season, the propane generator systems will be evaluated by USCG personnel to determine which would be best for long term use at other Alaska mountain-top sites. The primary evaluation factors are (but not limited to). Survivability, reliability, maintenance requirements, cost, and fuel efficiency. Delivery, installation, operational use, and acceptance must be completed on or before 30 October 1998 at the specified mountain-top communications sites due to winter weather, and to provide time for operational testing. The three remote mountain top communication sites available are: (A) Sukkwan Island, (B) Robert Barron Peak, (C) Althorp Peak. Propane has been used for fuel at all three locations for over ten years without a failure due to the propane not vaporizing from low temperatures. Both the shelter and propane generators must withstand and operate properly within the above mentioned severe weather environment. This requirement includes both air intake and exhaust systems, generator lubrication, and automatic switching from the primary to secondary generators. Due to the critical life-saving requirements of these SAR communication sites, previous experience in development and installation of propane generator systems at similar harsh environments is required. A description of systems provided, along with names and telephone numbers, must be provided with proposal packages for verification of experience in providing similar, and reliable systems. All three sites use similar hybrid power systems except Robert Barron Peak, which does not include a wind turbine. Specific power equipment at the three sites currently includes: (A) Twenty-four GNB Absolyte IIP 100A17 cells configured into two 24 VDC banks. (B) Forty-eight Solerex MSX-60 solar panels, 4 sub-arrays of 12 panels. (C) Three Global 5120 ThermoElectric Generators (TEG's) (D) One Bergey BWC- 1500 wind turbine (E) Five 500 gallon propane tanks, (Robert Barron has 7 tanks) (F) One APT5-222-24 power control center (G) One 500 watt inverter for test equipment use (H) Current average power requirements are approximately 250 watts (I) Future average power requirements are approximately 500 watts J. All sites are POSITIVE ground, 24 VDC nominal voltage. The new propane generator systems must supplement the existing hybrid power system at the remote communication sites listed above by replacing the TEG's. The required method of operation by the propane generators is the Cycle-Charge mode of operation. As the electronic equipment draws power from the battery bank, the bank voltage will drop to an adjustable voltage setpoint. At this time, the propane generators will automatically start and charge the batteries up to or near proper temperature compensated float voltage. The propane generator will then automatically turn off until the batteries again discharge to the adjustable voltage point, at which time the generator automatically cycles through the same process. The propane generator system must include two propane generators configured in a primary and standby configuration. Each generator must be fully capable of independent operation and include separate starting battery(s) for each generator. An extended oil lubrication system is required due to the remote locations with only helicopter access. Oil will be changed during semi-annual maintenance visits which are schedule for late fall, and early spring. For oil spill protection, a metal tray capable of holding 150% of the lubrication oil must be installed under each generator. The door to the shelter(s) must be large enough for easy removal and installation of the generators. Two different configuration proposals for review and selection are required. (A) Installation of the propane generator systems shall include moving the existing battery banks from the electronics shelter to the generator shelter. Only one bank of 12 cells may be moved at a time to allow for continuous operation of the SAR communications system. This will also require extending battery charging cables (solar, wind, & TEG), and solar temperature sense cables from the APT controller inside the electronics shelter to the new battery location. All power cables between the generator and electronics buildings must be 1/0 or larger unless a larger size is called for by the National Electric Code (NEC). All cable must have weather and animal protection when run outside the shelters. (B) Installation of the propane generator systems shall not include moving the batteries from the existing electronics shelter. All power cables between the generator and electronics buildings must be 1/0 or larger unless a larger size is called for by the National Electric Code (NEC). All cable must have weather and animal protection when run outside the shelters. Government Provided Items: The USCG is responsible for environmental (NEPA) and permitting for the new buildings and propane generators. Approved shelter locations are provided in enclosure (2), with small location changes allowed for solid rock anchor points. The USCG will provide classrooms at Juneau and Ketchikan for the off-site training. Alarm & Control: Local and remote computer control, alarm reporting, diagnostics and software are required. For remote diagnostics, RS-232 format is necessary to communicate over the existing data communications circuits. Enclosure (5) provides a block diagram of the existing circuits and equipment. The required operating system for the remote alarm, control, and diagnostics is Windows 95 or newer capable of running on Windows NT. It is desired, but not required, that the software be compatible with National Instruments Lab View 5.0 serial communications signals. All software and hardware for running the alarm and control shall be included with the system with the exception of the USCG provided connectivity links and equipment. The propane generator system must include a terminal strip hook-up point for connection of an additional USCG Alarm, Control, & Monitoring system. The connection points shall include, but are not limited to: Generator output voltage, Battery bank voltage, Starter battery voltage for each generator, Battery charging current from a millivolt current shunt, Remote start activated by 5 VDC logic, Remote stop activated by 5VDC logic. off-site training is required prior to system acceptance. Off-site training is required prior to system acceptance. Off-site training for the Althorp Peak and Robert Barron generator systems will be at the USCG offices in the Juneau Federal Building for up to six people, and be provided before the on-site training. Off-site training for the Sukkwan generator system will be at the USCG offices at ISC Ketchikan for up to six people and provided before the on-site training. On-site training for up to three personnel will be conducted at each of the three sites in conjunction with the system test and acceptance. Helicopter transportation to and from the sites for the three USCG representatives will be provided by the provider of the generator system. Three copies of documentation shall be provided for the propane generator systems at each of the above locations. The documentation shall include, but not be limited to: Shelter as-built drawings, Equipment layout and elevation drawings, Engine and generator operator and maintenance manuals, Electrical power wiring diagrams, Alarm & control wiring diagrams, Operator manuals for alarm, control, and diagnostics software, Installation Plan: An installation plan shall be provided to and accepted by the USCG before installation work may begin. A complete set of red-line drawings showing equipment installed, power and alarm-signal flows, and alarm connection points shall be provided before the installation acceptance. Three complete sets of clean drawings shall be provided 60 days after installation acceptance. Two lists of recommended spares shall be provided before installation begins. A consumables list will cover maintenance items such as fuses, circuit breakers, filters, relays, and other frequently used items. The maintenance list will include, but not be limited to, maintenance items such as circuit boards, starter motors, and generators. Pricing and estimated delivery ARO shall be included with the two lists. One complete set of spares from the consumables list above shall be provided during on-site, and test and acceptance at each site. All equipment provided for this Statement Of Work shall be warranted for one year after date of system acceptance. The government will award a contract resulting from this Request For Quote to the responsible offeror whose offer conforming to this notice will be most advantageous, representing the best value to the government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical (a) technical capability of the item offered to meet the government requirements, (b) past performance and (c) delivery terms-ability to meet required delivery schedule and (2) Price. Evaluation of past performance shall be based on information provided by the offeror and any other information from other sources. The offeror, submitted with the quote, must identify two federal government contracts or task orders for which the offeror has performed work similar to the statement of work. The offerorshall provide a point of contact, telephone number for each contract or task. Type of Contract: A firm fixed price delivery order shall be awarded. Date of delivery is no later than September 30, 1998. For a copy of the drawings and site photographs you may email your request to the Contracting Officer. Please include company name, address and phone number. Quote shall be emailed to the Contracting Officer at chris.matthews@gsa.gov or by fax at (510) 637-3869 on or before 4:30pm, pacific standard time, August 14, 1998. Contact Chris Matthews, Contracting Officer, at (510) 637-3892. Posted 07/24/98 (W-SN228339). (0205)

Loren Data Corp. http://www.ld.com (SYN# 0801 19980728\99-0004.SOL)


99 - Miscellaneous Index Page