SOLICITATION NOTICE
61 -- Ice Harbor Gate Motor
- Notice Date
- 8/10/2020 3:52:17 PM
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Walla Walla Walla Walla WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20Q0126
- Response Due
- 8/26/2020 10:00:00 AM
- Archive Date
- 09/10/2020
- Point of Contact
- Alan Inglis, Phone: 5095277217
- E-Mail Address
-
alan.n.inglis@usace.army.mil
(alan.n.inglis@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The US Army Corps of Engineers, Walla Walla District is issuing a solicitation for the purchase of three 30 HP Electric Motors, commercial supplies, prepared in accordance with Federal Acquisition Regulation 12.6. The NAICS code applicable to this acquisition is 335312, with a Small Business Size Standard of 1250 employees as determined by 13 CFR 121.104. Competition for this requirement is Set-Aside for small business. Offers received from other than small business offerors will not be considered. When available, the solicitation documents for this project W912EF20Q00126 will be provided via Beta.SAM https://www.beta.sam.gov on or around 11 August 2020. Please do not submit a quote without the solicitation package that will be provided to industry by the Government as specified above. The solicitation will be a Request for Quote (RFQ). The official quotation due date will be contained in the solicitation and any solicitation amendments that may be issued. SCOPE OF WORK The successful offeror shall�deliver three 30 HP electric motors to Ice Harbor Lock and Dam as specified herein. LOW VOLTAGE 30 HP MOTORS The Contractor shall furnish the following components: Induction Motor The Contractor shall provide three (3) 30-HP squirrel-cage induction motors. Two shall be for indoor installation and one for use as a spare. �Motors shall be Totally Enclosed Blower Cooled (TEBC) and suitable for 460-volt, 60-Hz, 3-phase electrical supply. Motors shall be inverter duty rated. �Motors shall have a turndown ratio of 1000:1. The motor shall have a nominal speed of 1200 RPM at a frequency of 60 Hz with a maximum operating speed of 1800 RPM. The NEMA design code shall be An, insulation class shall be F or H, and service factor shall be 1.00 or 1.15. Motors shall have a NEMA F3 mounting arrangement with the terminal box on the top of the motor such that conduit can be connected from either side of the motor. Motor Brake The motor shall have an integral brake operating at 460 volts. The brake shall have a minimum stopping torque of 150% of the motor full load torque. The brake shall engage upon loss of power. Motor Encoder For each motor, provide an incremental bearingless encoder mounted on the front �C� face of the motor with 1024 points per revolution and with a single output, 24-volt, quadrature signal. The magnetic wheel bore must be suitable for the motor output shaft diameter. Provide a latching industrial connector with �-inch NPT. Storage Motors shall be delivered packaged for long term storage. Packaging shall include a wrapping to prevent exclude moisture and wooden crates suitable for transport via forklift. Each motor shall be packaged separately. Packaging shall include a laminated photograph of the contents of the crate and weight of the package. Kickoff Meeting Within 5 calendar days of Notice of Award, participate in a kickoff meeting (phone) with U.S. Army Corps of Engineers (USACE) key personnel to discuss the overall contract requirements.� The Government will lead this meeting. FACTORY TESTING Factory test all motors in accordance with the requirements of NEMA MG 1. Ensure polyphase induction motors are factory-tested in accordance with IEEE 112, Method B, consisting of measurements of voltage, frequency, speed, and current under no-load conditions; voltage, frequency, and current under locked-rotor conditions; and efficiency, noise, power factor, and thermal protection. Provide written documentation of electrical tests including winding resistance, insulation resistance, and high-potential tests. Important Note: the Beta.SAM response date listed elsewhere in this synopsis is for Beta.SAM archive purposes only. It does not necessarily reflect the actual due date that the RFQ is due.� NO CD's OR HARD COPIES WILL BE AVAILABLE. Offeror's are responsible for checking the reference page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Beta.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me to Interested Vendors button in the listing for this solicitation on Beta.SAM.gov. All quotes received by the closing date that are small businesses will be considered by the Government. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.beta.sam.gov or contact SAM Customer Service at 866-606-8220. Offerors must also complete Offeror Representations and Certifications on-line at https://www.beta.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7d40b2fac4ec4261b674ac1c74afda27/view)
- Place of Performance
- Address: Burbank, WA 99323, USA
- Zip Code: 99323
- Country: USA
- Zip Code: 99323
- Record
- SN05751650-F 20200812/200810230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |