SOURCES SOUGHT
59 -- High Voltage Switches - Sources Sought
- Notice Date
- 7/3/2018
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-18-Q-A010
- Archive Date
- 7/26/2018
- Point of Contact
- Anthony T. Eubanks, Phone: 3214940449
- E-Mail Address
-
anthony.eubanks@us.af.mil
(anthony.eubanks@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources sought document. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA2521-18-Q-A010 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 335313. The size standard for NAICS is 1250. The requirement is to provide 15kV, 110kV BIL solid dielectric insulated vault type switch, catalog #: PLS62-376-12-62FR (1 each) and catalog #: PS60-376-12-60FR (1 each). Salient Characteristics for high voltage switch "PRIG6" catalog #: PLS62-376-12-62FR: Ways 1,2,3,4,5 & 6: - Ways 1 & 2: 3-phase epoxy encapsulated load break switch. - 630 amps continuous and loadbreak. - 20kA asym momentary and close-into-fault rating. - 600A Deadbreak Apparatus Bushings per IEEE 386 figure 11. - Three- Phase epoxy encapsulated fault interrupter - 630 Amps continuous and loadbreak. - 12.5kA sym. maximum interrupting rating - 500:1 internally mounted current transformers to provide trip levels from 15-300A - Type 3 EZSet Vacuum Interrupter Control housed in a NEMA 4X enclosure - 600A Deadbreak Apparatus Bushings per IEEE 386 figure 11 Other Features Required: - Front access to switch operators and rear access to bushings. - Inline bushings and compact bus. - Welded stainless steel mechanism cover painted light gray (ANSI 70) - 304/304L stainless steel frame - Parking stands for all bushings - 12-gauge 304 stainless steel padmount enclosure with 24"cable compartment. Must meet ANSI c37.72 & C57.12.29 standards - Width: 138.6 inches - Depth: 72.9 inches - Height: 68.4 inches - Enclosure painted Padmount Guardian Green, Munsell #7.0GY3.29/1.5 - 30" minimum bushing height - ½"-13 NC grounding provisions - Padlockable operating mechanism - padlocks are not required - 3" diameter circular viewing windows to verify OPEN/ CLOSED indicator position. - Green/ "OPEN" - Red/"CLOSED" labeling - Copper ground bus bar with 4/0 ground lugs on the switch frame - Stainless steel nameplate - Switch is equipped with a NEMA 4X junction box - Ways 3, 4, 5 and 6 are equipped with 2 Form C aux contacts on all ways wired to terminal strips in a NEMA 4X junction box and available for customer use. - Qty: 1 each Vacuum Interrupter Programming Kit for the VI Control. Salient Characteristics for high voltage switch "SS7CV4" catalog #: PS60-376-12-60FR: Ways 1,2,3,4,5 & 6 : - 3-phase epoxy encapsulated fault interrupter switch. - 630 amps continuous and loadbreak - 12.5kA sym maximum interrupting rating. - 500:1 internally mounted current transformers to provide field selectable trip levels randing from 15 to 300A. - Type 2 vacuum interrupter control housed in NEMA 4X enclosure. - A600A deadbreak apparatus bushings per IEEE 386 interface 11 Other Features Required: - Front access to switch operators and control cabinet - Rear access to bushings - Welded stainless steel mechanism cover painted light gray (ANSI 70) - 304L stainless steel frame - Parking stands for all bushings - 12 gauge 304 stainless steel padmount enclosure with 28" cable compartment. Meets ANSI C37.72 & C57.12.29 standards - 75"deep enclosure - 28" bushing cable compartment from door to bushing base - 148" wide enclosure - Bushing spacing between Ways 1-2: 18" spacing, 3-4: 18"spacing, 3-4: 21.75" spacing,4-5: 18" spacing, 5-6: 18" spacing. - 30" from north enclosure wall to Phase B of Way 6 - 24" from south enclosure wall of Phase B of Way 1 - Control cabinet must be located inside of switch enclosure - Enclosure painted Padmount Guardian Green, Munsell #7.0GY3.29/1.5 - 24" minimum bushing height - ½ - 13 NC grounding provisions - Padlockable operating mechanism - padlocks not required - 3"diameter circular viewing windows to verify "OPEN"/"CLOSED" indicator position - Green/"OPEN" - Red/"CLOSED" labeling - Copper ground bus bar - All six (6) ways are equipped with quantity two auxiliary Form C contacts wired to the control cabinet:  One (1) Form C hardwired auxiliary contact form each Way to be wired to the GE RSTi PLC input card  One each Form C hardwired to a din-rail terminal - Type 2 relay connections:  RS-485 wired to a B + B Vlinx Rs-485 to Ethernet Converter  External Trip (dry contact) wired to GE RSTi PLC output card  24VDC external power provided from converter in control cabinet - NEMA 4X control cabinet, including:  125VDC to 24VDC converter  One (1) GE Pac Systems PLC Rack consisting of: - One each STXMVE001 - ModBus TCP slave network adapter, 24VDC - One each ST-1218 - Input Module, 8 points, positive logic, 24VDC - One each ST-2748 - Output Module, 8 points, relay form A (N.O.) contact, 24VDC  Six each B + B Electronics Vlinx Model# MESR811, RS-485 to Ethernet Converter - Each converter to be connector to the RS485 point in the Type 2 relay - Ethernet wired to the N-Tron Ethernet switch  One each N-Tron Ethernet switch #110 FX2-ST - 6 each copper Ethernet ports used by the connectors - 1 each copper Ethernet port connect to the GE RSTi PLC rack Modbus module - 1 each copper Ethernet port available for customer use - 2 each fiber ports available for customer use Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): The purpose of these items are to replace the existing high voltage switches "PRIG6" and "SS7CV4" at CCAFS. 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to anthony.eubanks@us.af.mil. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN July 11, 2018 at 5:00pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-Q-A010/listing.html)
- Record
- SN04978381-W 20180705/180703230937-406e75884c59ef2e7c4477884d58cbf3 (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 |