SOLICITATION NOTICE
61 -- Limit Switches - Upper Saint Anthony Falls (USAF) - 11-T-0094 USAF Limit Switches Combined Syn-Sol
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-11-T-0094
- Archive Date
- 9/16/2011
- Point of Contact
- Carol S. Olson, Phone: 651-290-5406, Christopher G. Dake, Phone: 6512905415
- E-Mail Address
-
carol.s.olson@usace.army.mil, christopher.dake@us.army.mil
(carol.s.olson@usace.army.mil, christopher.dake@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 11-T-0094 USAF Limit Switches 1449 USAF - Limit Switches Combined synopsis and solicitation word document 15 August 2011 i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 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. ii) Solicitation Number: W912ES-11-T-0094, this is being issued as a request for quotes (RFQ). Quotes are due no later than 1 September 2011 at 3:30 pm CDT. iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iv) This procurement will be set-aside for small business concerns under NAICS code 423610, Size Standard 100 employees. v) Requirements are defined as follows: Item No Description QTY Unit Unit Price Amount 0001 Limit Switches for Tainter Valves 4 each _______ _______ USAFLSWITCH.DOCX 1. GENERAL Furnish four (4) identical cam limit switch systems each contained in NEMA 4 rated enclosures. The limit switch systems will replace existing limit switch assemblies and enclosures on four lock tainter valves located at Upper St.Anthony Falls Lock. The following existing limit switch installation drawings are included as attachments: M-LSTA-28/501 GENERAL ARRANGEMENT M-LSTA-28/502 ASSEMBLY AND INSTALLATION DETAILS M-LSTA-28/506 MANUFACTURERS STANDARD ITEMS The new limit switches will replace the existing items MARK 28/506-6 and 28/506-11 as indicated on the attachment drawings. 2. REFERENCE SPECIFICATIONS NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) NEMA ICS 5 Industrial Control and Systems: Control-Circuit and Pilot Devices 3. FEATURES The limit switch systems shall be a rotating cam type similar to GEMCO 1980 series (FIGURE 1). Each cam limit switch system shall include eight (8) independent circuits with eight (8) cam wheels and eight (8) double pole double throw electric switches. 3.1 Input Shafts. Furnish 3/4" diameter symmetrical input shafts on both the right and left end of each enclosure, each with the same dimensions as existing shafts. Shaft penetrations through the enclosures shall include water tight lip seals and/or sealed antifriction bearings as approved. Rotating shaft supports shall be mounted sealed antifriction type cartridge bearings that are not required to be stainless steel. 3.2 Enclosures. Enclosures shall be all stainless steel rated NEMA 4X. Case shall be fabricated from 1/8-inch thick welded stainless steel plates. All parts of the enclosures and limit switch systems shall be corrosion-resisting metal unless noted, including bolts, nuts, screws, pins, washers, and bushings. The new limit switch enclosures will mount in the same location as the existing limit switches. The existing external reducers and couplings will be reused. The existing limit switch enclosure mount brackets will be modified as required to attach to the new enclosures. Enclosures shall have an easily removable access cover held in place by adjustable tension stainless steel under-center draw latches or similar stainless steel captive fastener system as approved. The joint between the case and cover shall be sealed with a neoprene gasket, securely bonded in place and designed to not stick to the opposing surface. Enclosures shall be equipped with internal anticondensation heaters and adjustable thermostats. Provide symmetrical 1.0 NPT or 1.5 NPT tapped cable penetration bosses with threaded plugs both sides of each enclosure. Provide a clamp-type connector bolted to the outside of the case for making ground connections. 3.3 Switches. Insulating shields shall be provided where necessary to prevent arcing between parts. All switch setpoints shall be field-adjustable to occur anywhere within one revolution of the cams. Cam wheel diameter shall be at least six-inches. Cams shall be aluminum or bronze construction (plastic not acceptable). Switches shall be of the quick-make and quick-break type, shall have a pilot and control circuit contact rating designation of A600 at 600 volts a-c in accordance with NEMA ICS 5, and shall be assembled or combined into operating units as indicated. Switches shall include screw terminal block for connecting the external conductors. Each cam wheel shall have permanent radial hatch marks at one-degree increments with degree callouts at 20 degree increments in both rotation directions. The tripping mechanism shall be designed to pass the switch elements without harm if the element cam is not in the proper operating position and shall reset the contacts when moving in the reverse direction. 3.4 Trip and Reset Accuracy. The design of the switch elements and operating mechanism of the limit switch shall provide for uniform and accurate setting. Repeatability of the action of switch contacts for normal range and extreme travel limits of the gate shall be with ± 1.0 degree of rotation of the external input shaft of the switch assembly. The tainter valve system is mechanically linked to the limit switch through an existing gear reducer so that the entire up and down cycle operation of the tainter valve will take place in less than one revolution of the limit switch cam wheels. Open and close cycle operation time ranges from 30 to 60 seconds. FIGURE 2 indicates the on and off dwell required for the first six of the eight circuit cam wheels. Furnish cam wheels to allow dwell configurations as indicated in FIGURE 2. Furnish blank or standard cam wheels for circuits 7 and 8 as approved. 4. SUBMITTALS The following items shall be submitted for Government approval and Government approval is required before fabrication begins. Allow one week turnaround time for submittal / approval cycle. Forward submittals directly to: US ARMY CORPS OF ENGINEERS ATTN: MARK KLIKA 180 5TH STREET E SUITE 700 ST PAUL, MN 55101 651-290-5575 mark.s.klika@usace.army.mil 4.1 Submit dimensioned shop drawings to include enclosure dimensions, internal component layout, shafts, latches, and other details as required to verify compliance with these specifications. 4.2 Submit catalog information for all enclosure components including cams, switches, heaters, bearings, seals. 4.3 Submit operation and maintenance manual to include parts list, switch specifications and switch adjustment procedures. 5. DELIVERY AND SHIPMENT Limit switch systems shall be delivered on or before 1 December 2011. Shipment address and shipment point of contact is: US ARMY CORPS OF ENGINEERS UPPER SAINT ANTHONY FALLS LOCK AND DAM ATTN: DICK POLTA 1 PORTLAND AVENUE MINNEAPOLIS, MN 55401-2528 (612)333-5336 5.1 Shipping The bid price shall include the cost of transportation to the above address. Shipment shall be prepaid and made at the Contractor's expense. The Government will unload parts from the Contractor's delivery truck, with all other shipping and handling costs to be borne by the Contractor. The Contractor shall notify the Lock at least the day before the date on which he expects to make delivery. Delivery shall be between the hours of 8:00 A.M. and 3:00 P.M. Monday thru Friday, except on Government holidays. Any delivery arriving after 3:00 P.M. will not be serviced by Government personnel until the next work period as designated above. * * *   USAFLSWITCH.DOCX 1. GENERAL Furnish four (4) identical cam limit switch systems each contained in NEMA 4 rated enclosures. The limit switch systems will replace existing limit switch assemblies and enclosures on four lock tainter valves located at Upper St.Anthony Falls Lock. The following existing limit switch installation drawings are included as attachments: M-LSTA-28/501 GENERAL ARRANGEMENT M-LSTA-28/502 ASSEMBLY AND INSTALLATION DETAILS M-LSTA-28/506 MANUFACTURERS STANDARD ITEMS The new limit switches will replace the existing items MARK 28/506-6 and 28/506-11 as indicated on the attachment drawings. 2. REFERENCE SPECIFICATIONS NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) NEMA ICS 5 Industrial Control and Systems: Control-Circuit and Pilot Devices 3. FEATURES The limit switch systems shall be a rotating cam type similar to GEMCO 1980 series (FIGURE 1). Each cam limit switch system shall include eight (8) independent circuits with eight (8) cam wheels and eight (8) double pole double throw electric switches. 3.1 Input Shafts. Furnish 3/4" diameter symmetrical input shafts on both the right and left end of each enclosure, each with the same dimensions as existing shafts. Shaft penetrations through the enclosures shall include water tight lip seals and/or sealed antifriction bearings as approved. Rotating shaft supports shall be mounted sealed antifriction type cartridge bearings that are not required to be stainless steel. 3.2 Enclosures. Enclosures shall be all stainless steel rated NEMA 4X. Case shall be fabricated from 1/8-inch thick welded stainless steel plates. All parts of the enclosures and limit switch systems shall be corrosion-resisting metal unless noted, including bolts, nuts, screws, pins, washers, and bushings. The new limit switch enclosures will mount in the same location as the existing limit switches. The existing external reducers and couplings will be reused. The existing limit switch enclosure mount brackets will be modified as required to attach to the new enclosures. Enclosures shall have an easily removable access cover held in place by adjustable tension stainless steel under-center draw latches or similar stainless steel captive fastener system as approved. The joint between the case and cover shall be sealed with a neoprene gasket, securely bonded in place and designed to not stick to the opposing surface. Enclosures shall be equipped with internal anticondensation heaters and adjustable thermostats. Provide symmetrical 1.0 NPT or 1.5 NPT tapped cable penetration bosses with threaded plugs both sides of each enclosure. Provide a clamp-type connector bolted to the outside of the case for making ground connections. 3.3 Switches. Insulating shields shall be provided where necessary to prevent arcing between parts. All switch setpoints shall be field-adjustable to occur anywhere within one revolution of the cams. Cam wheel diameter shall be at least six-inches. Cams shall be aluminum or bronze construction (plastic not acceptable). Switches shall be of the quick-make and quick-break type, shall have a pilot and control circuit contact rating designation of A600 at 600 volts a-c in accordance with NEMA ICS 5, and shall be assembled or combined into operating units as indicated. Switches shall include screw terminal block for connecting the external conductors. Each cam wheel shall have permanent radial hatch marks at one-degree increments with degree callouts at 20 degree increments in both rotation directions. The tripping mechanism shall be designed to pass the switch elements without harm if the element cam is not in the proper operating position and shall reset the contacts when moving in the reverse direction. 3.4 Trip and Reset Accuracy. The design of the switch elements and operating mechanism of the limit switch shall provide for uniform and accurate setting. Repeatability of the action of switch contacts for normal range and extreme travel limits of the gate shall be with ± 1.0 degree of rotation of the external input shaft of the switch assembly. The tainter valve system is mechanically linked to the limit switch through an existing gear reducer so that the entire up and down cycle operation of the tainter valve will take place in less than one revolution of the limit switch cam wheels. Open and close cycle operation time ranges from 30 to 60 seconds. FIGURE 2 indicates the on and off dwell required for the first six of the eight circuit cam wheels. Furnish cam wheels to allow dwell configurations as indicated in FIGURE 2. Furnish blank or standard cam wheels for circuits 7 and 8 as approved. 4. SUBMITTALS The following items shall be submitted for Government approval and Government approval is required before fabrication begins. Allow one week turnaround time for submittal / approval cycle. Forward submittals directly to: US ARMY CORPS OF ENGINEERS ATTN: MARK KLIKA 180 5TH STREET E SUITE 700 ST PAUL, MN 55101 651-290-5575 mark.s.klika@usace.army.mil 4.1 Submit dimensioned shop drawings to include enclosure dimensions, internal component layout, shafts, latches, and other details as required to verify compliance with these specifications. 4.2 Submit catalog information for all enclosure components including cams, switches, heaters, bearings, seals. 4.3 Submit operation and maintenance manual to include parts list, switch specifications and switch adjustment procedures. 5. DELIVERY AND SHIPMENT Limit switch systems shall be delivered on or before 1 December 2011. Shipment address and shipment point of contact is: US ARMY CORPS OF ENGINEERS UPPER SAINT ANTHONY FALLS LOCK AND DAM ATTN: DICK POLTA 1 PORTLAND AVENUE MINNEAPOLIS, MN 55401-2528 (612)333-5336 5.1 Shipping The bid price shall include the cost of transportation to the above address. Shipment shall be prepaid and made at the Contractor's expense. The Government will unload parts from the Contractor's delivery truck, with all other shipping and handling costs to be borne by the Contractor. The Contractor shall notify the Lock at least the day before the date on which he expects to make delivery. Delivery shall be between the hours of 8:00 A.M. and 3:00 P.M. Monday thru Friday, except on Government holidays. Any delivery arriving after 3:00 P.M. will not be serviced by Government personnel until the next work period as designated above. * * * vi) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. Addendum to 52.212-1(b)(5) Terms of Express Warranty 1. The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favorable customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation. 2. The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Government's discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or favor one contractor over another. 3. The contractor's terms of express warranty shall be incorporated into the contract award. vii) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. Evaluation of Proposals (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotes shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures. Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote. The following factors will be used to evaluate offers: ( i) Technical capability of the offeror to provide items that meet the government's requirement. To be considered for evaluation, all Contractors may submit an electronic proposal to the following email addresses no later than the stated due date. Submit an electronic proposal to carol.s.olson @usace.army.mil.You may also deliver hand carried offers to 180 5 th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date. Submission of proposals via fax will not be accepted. Late Quotes Proposals that are received late in accordance with FAR 52.212-1(f) will not be considered for award. Late quotes will be considered late. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) viii) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). Clause 52.212-3 may be found in the attached document or at http://farsite.hill.af.mil/. ix) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. x) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, DFARS 252.212-7001, 252.232-7003, 252.247-7023, xiii) Other applicable clauses, 52.225-18, 52.225-25, 52.247-34, 52.252-1, 52.252-2, 252.203-7002, 252.204-7004 Alt A, 252.232-7010, 252.243-7001 xiv) Defense Priorities and Allocations System (DPAS) - not applicable. xv) Offers are due - not later than 1 September 2011 at 3:30 pm CDT. xvi) INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to carol.s.olson @usace.army.mil. You may also deliver hand carried offers to 180 5 th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, carol.s.olson @usace.army.mil. See attached document for further explanation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0094/listing.html)
- Place of Performance
- Address: UPPER SAINT ANTHONY FALLS LOCK AND DAM, ATTN: DICK POLTA, 1 PORTLAND AVENUE, MINNEAPOLIS, MN 55401-2528, Minneapolis, Minnesota, 55401-2528, United States
- Zip Code: 55401-2528
- Zip Code: 55401-2528
- Record
- SN02535240-W 20110817/110815235913-bc78601a3d1e122b74fa14af6fcb4d81 (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 |