MODIFICATION
61 -- Power Factor Correction Equipment - Amendment 1
- Notice Date
- 12/7/2015
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E5-16-T-0002
- Archive Date
- 1/5/2016
- Point of Contact
- Will McFarland, Phone: 6036464119, Ashley M. Jenkins, Phone: 2173737297
- E-Mail Address
-
william.a.mcfarland@usace.army.mil, ashley.m.jenkins@usace.army.mil
(william.a.mcfarland@usace.army.mil, ashley.m.jenkins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0002 issed to make changes to specifications listed in Section C This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The attached solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. This posting has been extended due to receiving no valid responses. Please find the attached formal request for quotation (RFQ) and RFQ Amendment 0001. This procurement is 100% set aside for small businesses. The solicitation number for this request for quotations (RFQ) is W913E5-16-T-0002. The associated North American Industry Classification System (NAICS) code is 335311 - Power, Distribution and Specialty Transformer Manufacturing, which has a small business size standard of 750 employees. The resultant purchase order will be firm fixed price and FOB Destination. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, NH has a requirement for a 225Kvar power factor (PF) correction system and a one-day system setup with the following specifications: a) PF equipment shall be modular in construction; each capacitor bank shall be self-contained aluminum in metal consistency or equal and independent of outside cabinet when constructed. b) Insulation, by itself, is not an acceptable barrier of protection against grounding to chassis or cabinet c) Operational voltage shall be 480V, 3 Phase, 4 wire d) CT's and PT's SHALL BE part of the package. Bid will not be considered if CT's and PT's are not included in Bid. "Exception or to be supplied by installer" is not an option and bid will be rejected. e) Cabinet shall be NEMA 12 enclosure in construction f) System shall be supplied with electro-mechanical heavy duty contactor. g) System shall be modularized in assembly and wired such that system can be expanded. h) Reactors shall be 3 phase detuned to 3.78 (277-288 tuning frequency) and sealed in dense resin. i) Discharge resistors shall be used to reduce Capacitor charge to a maximum of 50 volts in one minute. j) Warranty shall be for 12 months after startup date. k) Core microprocessor Control consisting of i) 12 step controller with digital display ii) All microprocessors decision shall be executed no longer than 300 seconds. iii) Automatically switched capacitors. l) RS485 communications port. m) Current limiting fuses shall meet NEC requirements for capacitor banks, three phase full load fault protection. n) Electrical grade copper bus bar. o) System shall have Iron-core reactors for maximum harmonic mitigation. p) Forced air ventilation with reactors. q) Blown Fuse Indication. r) Full 5-year capacitor parts warranty. s) Contractor shall supply local disconnect for system; Local circuit breaker shall be used for local disconnect; Local disconnect shall have the rating to meet NEC 2014 codes for capacitor banks; Local breaker SHALL be included in bid. t) System shall be set up for remote computer adjustment and downloading. u) System shall have a 12 or 15 -step regulation on a 4x50Kvar and a 1x25Kvar Also required is a one-day system setup, which is defined as follows: One day system setup shall include inspection, checkout, activation, instruction of operation, and warranty validation of the PF correction system. NOTE: This requirement is for the delivery and initial setup of the PF correction system. Installation will be completed by a third party, prior to initial setup. Evaluation Factors: Ability to meet the technical specifications; Price. Award will be made to the offeror submits the lowest price technically acceptable offeror. The quoted system must meet all of the above referenced technical specifications to be considered technically acceptable. Responses to this notice are due no later than Tuesday, December 21, 2015 at 12:00 pm EST to: William.A.McFarland@usace.army.mil. Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete both FAR and DFARS representations and certifications. This system combines data that was formerly contained in the Central Contractor Registration (CCR), Online Representations and Certification (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E5-16-T-0002/listing.html)
- Place of Performance
- Address: 72 Lyme Road, Hanover, New Hampshire, 03755, United States
- Zip Code: 03755
- Zip Code: 03755
- Record
- SN03962871-W 20151209/151207234952-35e3477a7ae6176579692163355e92de (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 |