|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598U.S. Army Industrial Operations Command, Attn: AMSIO-ACA-R, Bldg. 350,
5th Floor, Rock Island, IL 61299-6000 61 -- GENERATING SYSTEM FOR THE FORWARD REPAIR SYSTEM SOL
DAAA09-00-R-5043 POC Alberta Simmons, Contract Specialist, (309)
782-8562 E-MAIL: Click here to contact the Contract Specialist via,
simmonsa@osc.army.mil. RIA SN: 611500X995156, HQ, Operations Support
Command (Prov) intends to award a contract to Cummins Great Plains for
the purchase of 8 each Cummins/Onan 35 DGBB generating systems for the
Forward Repair System. Under the authority of FAR 6.302-1, Only One
Responsible Source and No Other Supplies or Service Will Satisfy Agency
Requirements, the government intends to solicit and negotiate with only
one source for a Firm Fixed Price contract. Only generating systems
with the following minimum characteristics are acceptable: Description:
Generating System, Cummins/Onan 35 DGBB Diesel Powered Standby
Generating System, 35KW/44KVA, Continuous Standby, 120/208 VAC, 3 Phase
(Broad Range), 60 Hz, 1800 RPM, to include: Turbocharged, 4-Cylinder,
In-Line, 4-Cycle Engine, Primary and Secondary Fuel Filters, Fuel
Transfer Pump (5 ft lift), Factory Mounted Radiator, 1500 Watt
Immersion Type Engine Coolant Heater, Fan Guard, Automatic Fuel
Shutoff, Isochronous Governor, 125 Amp Mainline Circuit Breaker,
Brushless, 4-Pole, Drip Proof Alternator, Field Circuit Breaker (Manual
Reset), Torque Match II Voltage Regulator, Temp Rise @ Rated Load less
than 100 deg c, Battery Rack, Battery Cables, Rubber Vibration
Isolators (Between Frame and Generator), Steel Frame, Oil Drain
Extension, Critical Exhaust Silencer, Flexible Exhaust Connector,
Flexible Fuel Lines, Quiet Site I First Stage Weather protective
Housing, Engine Controller, Unit Mounted "Detector 12", Run-Stop-Remote
Switch, Oil pressure gauge, coolant temp gauge, battery charge rate
ammeter, running time meter, exciter circuit breaker, fault reset
switch, engine monitor with lamp test switch, cycle cranking (allows
three 15 second cranking cycles and two 15 second reset periods),
common alarm contact, and twelve fault lights and individual alarm
terminals: run (green), low oil pressure (red), overspeed (red),
overcrank (red), high coolant temp (red), low coolant temp (red),
pre-alarm low oil pressure (yellow), pre-alarm high coolant temp
(yellow) low fuel (yellow), switch off (flashing red), two customer
selected faults (red). With AC voltmeter dual range), AC ammeter (dual
range), voltmeter/ammeter phase selector switch with on off position,
frequency meter, AC voltage adjusting rheostat. With the following
modifications: 24V starting system and space for 2 x 12V batteries
within housing, battery disconnect "switch" to permit disconnect of
batteries during idle periods with disconnect switch mounted so that
the switch can be readily seen when viewing the genset control panel,
CARC sand paint on exterior of housing, provide and mount hydraulic
pump to accessory drive location at front of engine, pump to be Parker
PVP3336BRA hydraulic pump to be plumbed by owner, provide 24 VDC "NATO
slave" receptacle in the same area as the battery disconnect switch
within the housing near the control panel area, wire to the battery,
provide ether start kit for cold weather starting, provide "lift off"
side doors (all 4) rather than standard side-hinged doors, relocate oil
filter to the leftfront side of the engine, relocate low oil pressure
and pre-l0w oil pressure switches, relocate oil fill to top of engine
ion valve cover, relocate oil dipstick, provide and install battery
rack. The generating system must be a self-contained power source
capable of providing power for the enclosure and all on board
components requiring electric power aboard the Forward Repair System
Vehicle. It must be compatible with standard Army vehicle voltage
systems of 24 VDC. IT CAN NOT EXCEED SPECIFIED NOISE LEVELS IN
ACCORDANCE WITH SAE J2101. Interested parties shall identify their
interest in writing and must include prices and descriptions containing
sufficient technical documentation to establish a bonafide capability
to meet the requirements. No award will be made on the basis of offers
or proposals received in response to this notice. If no responses are
received which indicate a comparable source is available by the 15th
day after publication of this notice in the CBD, a contract will be
awarded to Cummins Great Plains. 8 each, FOB Rock Island Arsenal, Rock
Island, IL 61299-5000. Posted 05/09/00 (W-SN452879). (0130) Loren Data Corp. http://www.ld.com (SYN# 0274 20000511\61-0001.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|