Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

H -- Offline Winding Test Instrument/Analyzer

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF1135492
 
Response Due
8/27/2008
 
Archive Date
10/26/2008
 
Point of Contact
Stephen Yoder, 509 527-7205<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. The solicitation number is W912EF1135492 and is issued as a request for quotes. This requirement is set aside 100% for Small Business Concerns. The associated North American Industrial Classification System code for this procurement is 541990 with a small business size standard of 6.5 Million Dollars. All quotes need to be received by 27 August 2008 at the Contracting Division, Walla Walla District Corps of Engineers, 201 N. 3rd, Walla Walla, WA 99362, Attn: S. Yoder, Stephen.m.yoder@usace.army.mil. Please submit the required Representations and Certifications under FAR 52.212-3 with the quote. FOB Destination shall be Kahlotus, WA 99335. 1.0 INTENT The following specifications pertain to the purchase of one Baker Instruments Advanced Winding Analyzer IV or approved equal for use at Lower Monumental Lock and Dam for the preventative and predictive maintenance programs at the project. 2.0 SCOPE The successful bidder shall be required to modify, if necessary, and deliver the specified Offline Winding Test Instrument to Lower Monumental Lock and Dam by the date shown in Section 7.0. Also provided at the time of delivery shall be documentation and other items as stated in this specification. 3.0 GENERAL The Offline Winding Test Instrument will be used for predictive maintenance of motors, generators, breakers, and transformers during routine preventative maintenance work. This instrument must support Surge, DC HiPot, Step Voltage, Continuous Ramp, Megohm and Winding Resistance tests in a single field portable unit. It shall be capable of providing both automatic preprogrammed tests and manual control tests. While performing tests, the instrument shall store the results, and continuously monitor voltage levels. When a problem is detected, the instrument shall interrupt the test, alert the operator, and report all test parameters at the time of the interruption. 4.0 TEST INTRUMENT REQUIREMENTS The test instrument shall have the following features: 4.1 IEEE 522 compliant 4.2 Field portable. 4.3 Computer control and waveform monitoring. 4.4 Compare waveforms (for turn to turn shorting detection) by the Pulse to Pulse Error Area Ratio (PP-EAR) Technique. 4.5 Locate shorts among windings in parallel. 4.6 Analyze every pulse, using the previous pulse as the new reference waveform as test voltage is increased up to the specific withstand level. If no turn-to-turn shorting is detected, store the final pulse waveform as the reference waveform for all future tests. 4.7 Universal Power Supply: 85-265 VAC 50/60 HZ. 4.8 Kelvin resistance bridge-relay matrix, with 9 amps maximum applied DC current source. Kelvin relay-matrix comprised of a separate, removable set of three Kelvin clips. Unit high voltage leads retain the ability to perform test sequence; however, uses the Kelvin test leads for low resistances (IEEE compliant). 4.9 Windows 2000 operating system with Pentium class? computer, specifically 233-300Mhz GEODE processor (not requiring cooling). 4.10 Collect, ?store, recall and manage test results using standard Microsoft Access relational database format. ?4.11 Word 2000 or better pre-loaded for report generation. Generate reports in Microsoft Word file formats. 4.12 High resolution color LCD with high color display capacity. 4.13 Removable keyboard and mouse. 4.14 ELO touch screen for ease of operation during field testing. 4.15 USB for peripheral interface to printers, bar code scanners, etc. 4.16 RJ45 Ethernet access plug for Cat5 Ethernet connection. 4.17 30kV Power Pack hookup ready (30KV power pack not part of this specification). 4.18 Shock mounted internal chassis, with Hard Drive shock mounting. 4.19 External floppy disk drive and CDROM drive, both with USB interface. 4.20 Designed around PC104 technology that allows the instrument to work efficiently without fans to cool the processor. 4.21 PC104 system board with 100% optically isolated signal/readout and controls for high voltage circuitry. 4.22 Testing Capabilities: 4.22.1 Continuous ramped HiPot (IEEE 95) 4.22.2 Programmable Stepped HiPot (IEEE 95) 4.22.3 Dynamic Absorption (DA), Polarization Index (PI) test (IEEE 43) 4.22.4 DC HiPot (IEEE 95) 4.22.4.1 Output Voltage 0-12000 Volts 4.22.4.2 Max Output Current 1000 microAmps 4.22.4.3 Current Resolution.1, 1, 10, 100 microAmps/Div 4.22.4.4 Over-Current Trip Settings 1, 10, 100, 1000 microAmps 4.22.4.5 Full Scale Voltage & Current Measurement & Accuracy +/- 5% 4.22.4.6 Meg-ohm Accuracy +/- 10% 4.22.4.7 Max Meg-ohm Reading 50000MegaOhms 4.22.5 Resistance test (IEEE 118) 4.22.5.1 Measurements -?.001ohms 50 ohms 4.22.6 DC ramp (surge test) (IEEE 522 compliant) 4.22.6.1 Output Voltage 0-12000 Volts 4.22.6.2 Max Output Current 400 Amps 4.22.6.3 Pulse Energy 2.88 joules 4.22.6.4 Storage Capacitance.04 micro Farad 4.22.6.5 Sweep Range 2.5 2000micro s/Div 4.22.6.6 Volts Division 500/1000/2000/3000 4.22.6.7 Repetition Rate 5Hz 4.22.6.8 Voltage Measurement & Accuracy +/- 12% Electrical components and wiring shall meet UL or CSA standards. 5.0 WARRANTY The complete system shall be warranted for a period of one year from the date of start up. This warranty shall cover defects in materials and workmanship 6.0 OPERATION AND MAINTENANCE MANUALS The vendor shall supply at delivery, 2 sets of manuals covering the test instrument supplied under this contract. Manuals shall include set up and operating instructions, spare parts lists, recommended periodic maintenance list, one-line diagram, and complete electrical schematics. The following identification shall be inscribed on the covers: OPERATING AND MAINTENANCE INSTRUCTIONS OFFLINE WINDING TEST INSTRUMENT Lower Monumental Dam Name of the Contractor Contract Number 7.0 SHIPMENT AND DELIVERY All items shall be delivered FOB to Lower Monumental Dam prior to 9/1/08. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival to Lower Monumental Dam. No shipments are allowed other then normal business hours of Monday-Thursday 6:30AM-4PM, excluding holidays. 8.0 ON-SITE TRAINING Within 120 days of delivery, the contractor shall provide a one day (8 hour) training session to 10 government employees. The training shall take place at Lower Monumental Dam, and include hands-on training in the performance of all the instruments testing capabilities, report generation procedures, and any maintenance required by the instrument and its accessories. The scheduling of this training should be coordinated with Lower Monumental Project Point of Contact (POC). OFFEROR must be registered on Central Contractor Registration before an award can be made to them. If offeror is not registered in CCR, you may do so by going to the CCR web site at http://www.ccr.gov. PROVISIONS AND CLAUSES: The following Provisions will apply: FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The following clauses will apply: FAR 52.212-4, Contract Terms and Conditions Commercial Items, and in FAR 52.212-5(b), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the referenced clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-13, 52.232-33. Other applicable clauses: FAR 52.211-6, 52.252-2, DFAR 252.204-7004A, 252.212-7001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. EVALUATION: This solicitation will be awarded based on the lowest priced, technically acceptable, and most expeditious delivery. Delivery shall be made not later than 30 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=785931780c29d62461418ac04b02469c&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01647174-W 20080823/080821221953-785931780c29d62461418ac04b02469c (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.