Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

DIRECTORATE OF CONTRACTING; 30 N. WOLFE AVENUE; EDWARDS AFB, CA 93524-6351

59 -- CIRCUIT BREAKERS SOL F0470099Q1713 DUE 073099 POC Dawn Thompson/(661) 277-9554 WEB: DIRECTORATE OF CONTRACTING, http://afftc_pk.elan.af.mil/oasis/index.htm. E-MAIL: DIRECTORATE OF CONTRACTING, dawn.thompson@edex.edwards.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is F04700-99-Q-1713. This is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acqusition Circular 97-12 and Defense Acquisition Circular 91-13. This acquisition is 100% set aside for small business. Standard industrial classification code is 3625. Small Business Size Standard is 750. The acquisition includes Contract Line Item Number(s): 0001, Four (4) each, Three Phase air insulated Vacuum circuit breakers. Must meet the following Minimum Salient Characteristics to be considered for award. Breaker: Three phase air insulated vacuum circuit breaker, rated maximum voltage: 38 KV, Continuous current: 1200 amps; BIL: 200KV phase to phase; Maximum RMS symmetrical Amps 25000; Factory assembled, wired, and routine tested per ANSI C37.09. Bushings and Connectors: Six ASA-70 gray porcelain bushings, with stud type terminals (1.250 -- 12) to match its 1200 amp ratings, with four hole copper/brass terminal connectors to make high side power connections. Bushing current transformer (BCT): each high voltage bushing shall extend through a five lead multi-ratio bushing current transformer mounted in the high voltage compartment. The bushing current transformer will have tap connections wired to a terminal block in the control compartment of the breaker, NOTE: (Shorting screws will be installed prior to shipment and will be removed when installed). Mounting Frame: each breaker shall have one adjustable steel substation mounting frame with two stainless steel ground pads located on the back side of the voltage compartment. High voltage compartment: #14 AWG SIS fungus proof wire on current transformer circuits. Factory mounted current trans formers on each bushing: (6 ea)(1200:5). Unit: shall include the following (a) 1 -- stored energy type, spring-close/spring-open, operating mechanism; (b) 1 -- 240 VAC close coil (operating range 208-254 VAC); (c) 1 -- Capacitor trip device; (d) 2 -- 240 VAC 375 watt heaters, one in LV and one in HV compartment; (e) 1 -- contact position status "open -- closed" semaphore; (f) 1 -- spring status "charged -- discharged" semaphore; (g) 1 -- mechanical push to close button; (h) 1 -- manual spring charging ratchet and removable handle; (i) 1 -- latch checking switch; (j) 1 -- externally mounted "69" device to trip and block closing; (k) 1 -- mechanical 5 digit nonresettable trip operations counter; (l) 1 -- gasketed, pad lockable hinged access door; (m) 1 -- standard stainless steel main nameplate; (n) 1 -- door window for viewing status indicators and counter. Control Cabinet: shall include a hinged control panel that accomodates (1) breaker control switch with red and green indicating lights; (2) over current relays (a) three type CO phase relays; (b) one type CO ground relay with bypass; (c) thermal demand ammeters; (d) one type RC automatic reclosing relay and relay cutoff switch. FOB Point is Destination, Edwards AFB, CA 93524. Desired delivery is 30 days after award. FAR provision 52.212-1, Instructions to Offerors -- Commercial applies. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR provision 52.212-2 Evaluation-Commercial Items applies, the following factors shall be used to evaluate offers: technically acceptable, lowest priced offer. Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. Copies can be downloaded from internet URL http:// farsite.hill.af.mil or contact the contract specialist to receive a copy if experiencing difficulties in downloading the information. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies. Applicable FAR clauses cited in 52.212-5 are: 52.222-26, Equal Opportunity; 52.225-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicappe d Workers; 52.222-37, Employment Reports on special Disabled Veterans and Veterans of the Vietnam Era. Addendum: 52.232-33, Electronic Funds Transfer -- Central Contract Registration. DFAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items applies. Applicable DFARS clauses cited in 252.212-7001 are: 252.225-7001, Buy American Act and Balance of Payments Program. Addendum: 252.204-7004, Required Central Contractor Registration; 252.211-7003, Brand Name or Equal. The Defense Priorities and Allocations System (DPAS) rating is: Unrated. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 30 N. Wolfe Ave, Edwards AFB CA 93524-6351, on 30 July 99 by PST 3:00 P.M. Fax is preferred and can be sent to Dawn Thompson at (661) 275-9645. Posted 07/16/99 (D-SN355586). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0351 19990720\59-0004.SOL)


59 - Electrical and Electronic Equipment Components Index Page