Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2005 FBO #1494
SOLICITATION NOTICE

39 -- REMOTE POWER RACKING DEVICE

Notice Date
12/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-06-Q-0028
 
Response Due
1/9/2006
 
Archive Date
3/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W912EF-06-Q-0028 Posted Date: 12/27/2005 Response Date: 1/9/2006 Set-Aside: Total Small Business Contracting Office Address: U.S. Army Corps of Engineers, 201 North Third Street, Walla Walla Wa. 99362 Point of Contact: J. Todd Patchin, 509.527.7205 James.t.patchin@nww01.usace.army.mil Description: This is a combined synopsis/solicitation (# W912EF-06-Q-0028) 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. Quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular 05-03. This combined synopsis/solicitation is set-aside 100% for small business. CLIN 0001: REMOTE POWER RACKING DEVICE. ALL LINE ITEMS MUST INCLUDE ALL CHARGES INCLUDING SHIPPING. Lower Granite Lock and Dam Washington state DESCRIPTION REMOTE POWER RACKING DEVICE ITEM 01: Quantity: 1ea Price Ea $__________ TOTAL PRICE $__________ -Except Card Payment YESNO -BUSINESS SIZE ____________________ -TAX ID # ____________________ -DUNS # ____________________ -CAGE CODE # ____________________ -BUSINESS NAME ____________________________________ -BUSINESS POC ____________________________________ -BUSINESS ADDRESS ____________________________________ -BUSINESS PHONE ____________________________________ -BUSINESS E-MAIL ____________________________________ SIGNED: ________________________________DATED: ______________________ Quotes must be in NLT 10:00 am PST, January 09, 2006 or they will be considered late. TECHNICAL SPECIFICATIONS 53415099 REMOTE POWER RACKING DEVICE FOR LOWER GRANITE LOCK AND DAM 1.0 INTENT The following specifications pertain to the purchase of a remote power racking device for use on 4160 VAC DHP-VR power circuit breakers at Lower Granite Lock and Dam. 2.0 SCOPE The successful bidder shall be required to fabricate and deliver a remote power racking device to Lower Granite Dam by the date shown in Section 9. The successful bidder shall also provide training, documentation, and other items as stated in the specifications. 3.0 REMOTE RACKING DEVICE The remote power racking device shall be a Eaton brand rackout device Or Approved Equal. It shall be designed to completely rack out and rack in a DHP-VR 4.0 GENERAL SPECIFICATIONS The Eaton Electrical Remote Power Safety Racking device system provides an innovative means of inserting and removing a power circuit breaker in metal clad and metal enclosed switchgear, while allowing personnel to be outside of the calculated Arc Flash danger limits as defined by NFPA 70E. All breakers being considered for Remote Power Racking must have some method of levering that can be operated by the rotational motion of a drive system (Screw or gear-drive racking). If one of these type systems does not exist, then the breakers and cells must be modified to add one of these levering features before any remote power racking system can be applied. The Remote Power Racking System may be used with the switchgear door either open or in many cases with the door closed. The Eaton Remote Power Safety Racking system does not require complex programming that is normally associated with programmable logic controller (PLC) based systems. This eliminates cumbersome programming (re- programming), extensive training, and the creation and modification of torque profiles each time a breaker is moved between different cells. This also simplifies maintenance. A few entries into a key pad and the unit is set for operation. It is also much easier to apply and opera te than other designs. Positioning the Remote Power Safety Racking System in front of each cell is as simple as moving a hand truck. The Remote Power Safety Racking System also has an onboard height adjustment system that does not require auxiliary motors for operation. Height adjustment is fast, easy, and virtually maintenance free. Many breakers require positive pressure on the levering systems to maintain engagement and must traverse horizontally. This is also a part of the Eaton Remote Power Safety Racking system. The unit can be used with most low and medium voltage breakers by changing end effectors (adapters). Only a few minutes are required for the complete racking process. Common construction features shall include: Corrosive resistant finish on frames Grade 5, yellow zinc-dichromate hardware Reversing electric motor drive system Motor torque capability of up to 100 ft lbs Adjustable mechanical and electric torque limit 115 Vac operation standard (Optional battery power) Automatic end of travel detection and stop with motor mounted encoder Pneumatic transport wheels  standard Left, right or rear mounted wheels (field convertible) Umbilical pendant cable and operators console which includes: Momentary insert button Momentary remove button Motor run/overload indicator Breaker end-effecters/adaptors for specific manufactures breakers (One included as standard) End-effecters/adaptors available for all manufacturers breakers Electronic instruction book with embedded video training and setup Five year standard warranty 5.0 SUBMITTALS Before acceptance of Or Approved Equal bids, submittals must be approved. Submittals include copy of system drawings, manufactures catalog cuts, O&M manual, specification sheets, and warranty. 6.0 WARRANTY Each system shall be covered by a minimum five-year warranty on all parts, labor, and workmanship from factory defects. 7.0 TRAINING Upon delivery of the equipment, a factory authorized service technician will be required to give a minimum one hour hands-on training of the recommended operation, maintenance, and installation of the machines. The training shall be conducted at Lower Granite Dam for a class of approximately eight people. At a minimum, draft copies of the O&M manuals shall be provided during the training. 8.0 OPERATION AND MAINTENANCE MANUALS Five complete copies of the Operation and Maintenance Manual will be required for each type of system. The manuals shall include instructions on the installation, operation, maintenance, repair, troubleshooting, warranty of the systems, and a list of recommended spare parts. They shall also include As-Built drawings showing all system components, part numbers, one line diagrams, and system outline. Any information pertaining to models or components not supplied under this contract shall be crossed out. Also included shall be the name, phone and fax numbers, and email address of the contractor, manufacturer, and a distributor where spare parts and filters can be purchased. The following identification shall be inscribed on the covers: OPERATING AND MAINTENANCE INSTRUCTIONS Contract name LOWER GRANITE DAM Name of the Contractor Contract Number 9.0 SHIPMENT AND DELIVERY All items shall be delivered FOB to Lower Granite on or before September 30, 2006. All items shall be delivered FOB to Lower Granite within 8 weeks of contract award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to Lower Granite Dam. No shipments are allowed other then normal business hours of Monday-Thursday 6:30AM-5PM, excluding holidays. All shipments shall be delivered to: Lower Granite Dam 885 Almota Ferry Road Pomeroy, Wa 99347 Representations and Certifications - Commercial Items. FAR 52.2 12-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR and DFARS clauses and provisions shall apply to this acquisition: 52.252-2, 52.211-6, 52.204-7, 52.232-33, 252.225-7000, 252.204- 7004 Alternate A, 252.243-7001, 52.204-3, 52.219-1, 213-4. The Far Clause 52.214-21 Descriptive Literature shall apply to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.219-6. The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions, of Commercial Items (JAN 2005) paragraph (b), shall apply to this acquisition: 252.225-7001, 252.232-7003. As per 52.252-2, the full text of a FAR and DFAR clauses may be accessed electronically at http://farsite.hill.af.mil. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Submit quotes to Todd Patchin 509.527.7205 509.527.7802 Fax james.t.patchin@nww01.usace.army.mil or
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN00958753-W 20051229/051227211854 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.