Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOURCES SOUGHT

N -- TC15 Variable Speed Drive

Notice Date
2/22/2022 12:30:07 PM
 
Notice Type
Sources Sought
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA-21-P-0000012323
 
Response Due
3/2/2022 12:00:00 PM
 
Point of Contact
Harold Russell, Phone: 361-961-7831, Danny Ortiz, Phone: 361-961-5706
 
E-Mail Address
harold.w.russell.civ@army.mil, danny.ortiz24.civ@army.mil
(harold.w.russell.civ@army.mil, danny.ortiz24.civ@army.mil)
 
Description
PERFORMANCE WORK STATEMENT (PWS) FOR REPLACING VARIABLE SPEED DRIVE FOR TRANSMISSION TEST CELL #15 PART 1 GENERAL INFORMATION 1.0 GENERAL:� This is a non-personal services contract to replace a 500 HP varable speed drive in transmission test cell #15 provide The Government will not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Scope:� The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, quality control, and other items and non-personal services necessary to replace failed Variable Speed Drive system manufactured by Allen Bradley P/N1336S-B500CAA-DS-HA1C-ESC with P/N DFS M700 380-480V M700 HP - most recent model - including installation and commissioning as defined in this PWS, except for those items specified as being government furnished. The Contractor shall perform to the standards of this contract. Contractor shall coordinate delivery date of new Variable Frequency Drive System with the Government Technical Point of Contact and the Contracting Officer. 1.2 Background:� The Transmission Test Cell #15 in building 8 at the Corpus Christi Army Depot (CCAD) is used to test the performance, reliability and endurance of the transmissions, inputs and accessories of the UH-1 series Bell Helicopter. This Test Cell uses one 500 HP drive motor to simulate the engine of the UH-1series helicopter. The motor is controlled by the now failed control drive A/B 1336 PLUS AC drive. Specifics of this equipment is detailed in Appendix 1, attached. 1.3 Description of Services:� Disconnect and removal of the failed control drive A/B 1336 PLUS AC drive. Removed drive will be replaced with newer model A/B with P/N DFS M700 380-480V M700 HP in TC-15. Removed drive, wiring, parts and other contingent components to be disposed onsite at a designated placed indicated by the COR or his designee. Contractor shall conduct final load testing and commissioning of the new drive. Documentation of final testing and load test results will be provided to the COR, government POC or his designee. See section XX. 1.4 Period of Performance (POP):� The POP reads as follows: 1.4.1 Base Year: ��������������� award date to 365 days after contract award 1.4.2 Delivery:� � � � � � � � � � �within 35 days after contract award 1.4.3 Final Acceptance:� � � within 45 days after contract award 1.5 General Information: 1.5.1 Quality Control (QC):� The Contractor shall develop and maintain an effective QC Program (QCP) to ensure services are performed in accordance with this PWS.� The Contractor shall develop and implement procedures to identify, prevent and ensure non-recurrence of defective services. The Contractor�s QCP is the means by which it assures itself that its work complies with the requirements of the contract. ��As a minimum, the Contractor shall develop QC procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary.� 1.5.2 Quality Assurance (QA):� The Government will evaluate the Contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP).� This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards.� It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).� 1.5.3 Recognized Holidays:� The following are recognized US holidays.� The Contractor shall not perform services on these days: ��������������� New Year�s Day��������������������������������� ��������������� Labor Day ��������������� Martin Luther King Jr.�s Birthday������������������ Columbus Day ��������������� President�s Day�������������������������������������������������� Veteran�s Day ��������������� Memorial Day����������������������������������������������������� Thanksgiving Day ��������������� Independence Day��������������������������������������������� Christmas Day 1.5.4 Hours of Operation:� The Contractor shall provide services between the hours of 0600 to 1430 hours Monday thru Friday, except on US Holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. For other than firm fixed price contracts, the Contractor shall not be reimbursed when the Government facility is closed for the above reasons. The Contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed.� 1.5.5 Place of Performance:� Performance for work under this contract shall be at Corpus Christi Army Depot, 308 Crecy St, Corpus Christi TX, Bldg 8, Transmission Testing area and at the Contractor�s facility.� 1.5.6 Security Requirements:� Not applicable.� 1.5.6.1 Physical Security:� The Contractor shall be responsible for safeguarding all Government equipment, information and property for Contractor use.� At the close of each work period, Government facilities, equipment and materials shall be secured. 1.5.6.2 Key Control:� Not applicable. 1.5.7 Conservation of Utilities:� The Contractor shall instruct employees in utilities conservation practices.� The Contractor shall operate under conditions that preclude the waste of utilities which include turning off the water faucets or valves after using the required amount. 1.5.8 Special Qualifications:� The Contractor shall ensure all employees have been trained and are Qualified to work on the equipment listed in 1.3.� NOTE:� The Government does not provide training to Contractors.� Contractors must ensure that any personnel performing under a contract are fully trained, licensed, certified and qualified for the position in which they will be serving. 1.5.9 Post Award Conference/Periodic Progress Meetings:� The Contractor agrees to attend any post award conference convened by the KO in accordance with the Federal Acquisition Regulations Subpart 42.5.� The KO, COR, and other Government Personnel, as appropriate, may meet periodically with the Contractor to review the Contractor�s performance.� At these meetings, the KO will apprise the Contractor of how the Government views the Contractor�s performance and the Contractor shall apprise the Government of problems, if any, being experienced.� The Contractor shall resolve outstanding issues raised by the Government.� Contractor attendance at these meetings shall be at no additional cost to the Government. 1.5.10 Contracting Officer Representative (COR):� The COR will be identified by a separate letter.� The COR monitors all technical aspects of the contract and assists in contract administration.� A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates.� The COR is not authorized to change any of the terms and conditions of the resulting order. 1.5.11 Key Personnel:� The following personnel are considered key personnel by the Government:� Contract Manager and Alternate Contract Manager.� The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the KO.� The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract.� The contract manager or alternate shall be available between 0600 to 1430 hours, Monday thru Friday, except for US holidays or when the Government facility is closed for administrative reasons.� Qualifications for key personnel are listed below:� The Contract Manager and Alternate shall be qualified to work on equipment listed in 1.3., 1.5.12 Contractor Travel:� Not Applicable.� 1.5.13 Other Direct Costs:� Not Applicable. 1.5.14 Data Rights:� Not Applicable. 1.5.15 Phase In/Phase Out Period (PIPO): �Not Applicable. PART 2 DEFINITIONS & ACRONYMS 2.0 DEFINITIONS AND ACRONYMS:� 2.1 Definitions:� 2.1.1 CONTRACTOR.� A supplier or vendor awarded a contract to provide specific supplies or services to the Government.� The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO).� A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who cal legally bind the Government. 2.1.3 CONTRACTING OFFICER�S REPRESENTATIVE (COR).� An employee of the U.S. Government designated by the KO to monitor Contractor performance.� Such appointment shall be in writing and shall state the scope of authority and limitations.� This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications.� This individual does NOT have authority to change the terms and conditions of the contract.� 2.1.4 DEFECTIVE SERVICE.� A service output that does not meet the standard of performance associated with the PWS. 2.1.5 DELIVERABLE.� Anything that can be physically delivered and includes non-manufactured items such as meeting minutes or reports. 2.1.6 KEY PERSONNEL.� Contractor personnel that are evaluated in a source selection process that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS.� When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY.� Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE.� The Government procedures to verify that services being performed by the Contractor are performed according to the acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.10 QUALITY CONTROL.� All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR.� One that enters into a contract with a prime contractor.� The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY.� The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK.� Monday through Friday, unless specified otherwise. 2.1.14 QUALIFIED. One who has demonstrated skills and knowledge related to the construction and operation of electrical equipment and installations and has received safety training to identify the hazards and reduce the associated risk. 2.2 Acronyms:� ACOR������������������� Alternate Contracting Officer�s Representative AFARS����������������� Army Federal Acquisition Regulation Supplement AR������������������������� Army Regulation CCAD����������������� Corpus Christi Army Depot CFR����������������������� Code of Federal Regulations CONUS����������������� Continental United States (excludes Alaska and Hawaii) COR���������������������� Contracting Officer�s Representative COTS�������������������� Commercial-Off-the-Shelf DA������������������������� Department of the Army DD250������������������ Department of Defense Form 250 Receiving Report DD254������������������ Department of Defense Form 254 Contract Security Requirement List DFARS����������������� Defense Federal Acquisition Regulation Supplement DOD���������������������� Department of Defense FAR����������������������� Federal Acquisition Regulation HIPAA������������������ Health Insurance Portability and Accountability Act of 1996 KO������������������������� Contracting Officer KV������������������������� Kilo-Volt KVA���������������������� Kilo-Voltamp OCI����������������������� Organizational Conflict of Interest OCONUS�������������� Outside Continental United States (includes Alaska and Hawaii) ODC���������������������� Other Direct Costs PIPO���������������������� Phase In/Phase Out POC����������������������� Point of Contact PRS����������������������� Performance Requirements Summary PWS���������������������� Performance Work Statement QA������������������������� Quality Assurance QAP����������������������� Quality Assurance Program QASP�������������������� Quality Assurance Surveillance Plan QC������������������������� Quality Control QCP����������������������� Quality Control Program RVAT����������������� Reduced Voltage Auto Transformer TE�������������������������� Technical Exhibit VAC���������������������� Voltage Alternating Current WAWF������������������ Wide Area Workflow PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT AND SERVICES 3.0 GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 Equipment Information: The Government will provide all available schematics, manuals, dimensions, foot prints etc. of the existing Variable Existing Drive System. All proprietary documents, manuals, drawings, schematics provided by the Government shall be used for this project only and shall not be distributed to another party under any circumstances. 3.2 �Equipment:� The Government will provide any available available measuring instruments or special tools that the vendor might have forgotten but are essential for the prompt execution of this job. 3.3 Materials:� The Government will provide the materials for repairing or replacing parts unrelated to the frequency drive standard components found damaged during the installation of this equipment. 3.4 The Government will provide rigging services for transporting the new drive into the building. 3.5 Utilities:� The Government will provide all utilities available in the facility for the Contractor�s use in the performance of this contract.� The Contractor shall instruct employees in utilities conservation practices.� The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.0 CONTRACTOR FURNISHED ITEMS AND RESPONSBILITIES: 4.1 General:� Except for those items specifically stated to be Government-Furnished in paragraph 3.0, the Contractor shall furnish everything required to perform these services as indicated in paragraph 1.1.� 4.2 Secret Facility Clearance:� Not Applicable.� 4.3 Materials/Equipment:� ������ 4.3.1 The Contractor shall provide all test equipment required to meet the requirements under this PWS. ������ 4.3.2 The Contractor shall remove the failed drive, Allen Bradley P/N1336S-B500CAA-DS-HA1C-ESC. ������ 4.3.3 The Contractor shall procure and install a new Allen Bradley drive P/N DFS M700 380-480V M700 HP. 4.3.3 The Contractor shall provide general cleaning materials required to perform the preventive maintenance and operation and commissioning of all new equipment. 4.3.4 The Contractor shall provide the proper lubricants for the mechanical and electrical connections required to perform the preventive maintenance and release of this equipment. 4.3.5 The Contractor shall identify all parts needing replacement or repairs not identified in this PWS or not part of the equipment specified but deemed essential or necessary for the proper operation and commissioning of this system. Include any additional labor cost, material cost and any impact on the schedule. CCAD shall authorize the contractor to purchase the replacement parts or provide the parts to the contractor as Government Furnished Materials (GFM). 4.3.6 The Contractor shall provide the final list of Drive Parameters, technical documentation (schematics, tech manuals, etc.) to include access codes to the government. �4.4 Equipment Installation/Operation/Maintenance/Manuals 4.4.1The Contractor shall provide three (3) sets of equipment manuals, schematics to the Government 1-2 weeks prior to starting this job. 4.5 Reports and Field Information 4.5.1The Contractor shall provide a copy of the reports, notes and parameters data to the Government of those items requested in Part 5 of this PWS. 4.6 Safety Plan 4.6.1 Contractor shall submit a safety plan tailored to the task at hand. The Contractor shall submit an abbreviated safety plan in accordance with DI-SAFT-82080, Safety Plan, (CDRL A002). The abbreviated safety plan shall be delivered in electronic format, for review and approval. No on- site work shall commence until the COR approves the safety plan. The COR shall have up to 15 days to review the Safety Plan. The COR shall notify the contractor when the safety plan is approved or disapproved. If the Safety Plan is disapproved the contractor shall make corrections and resubmit within 5 days after receipt of COR comments."" PART 5 SPECIFIC TASKS 5.0 REQUIREMENTS:� 5.1 Basic Services: In addition to procurement and replacement of the failed drive explained in Para. 1, and 4 the contractor shall provide all services required for the proper operation and actual duty performance once the new system is released to the Government. Services shall include testing of the proper power control and transfer between the drive and the motor such as monitoring the voltage, amperage, frequency, resistance, temperature etc. The contractor shall provide reports to include but not limited to as received condition, work start condition, after startup and commissioning activities. The contractor shall provide service technician support to confirm the sound operation of TC-15 power input. This work shall be done to current industrial standards.� Pre-commissioning Activities:� Make sure that the voltage rating of the motor matches the drive specification. Make sure that the variable speed drive is properly sized to run the motor. Make sure that the variable speed drive is properly anchored. Check whether the panel and VFD are properly grounded. Make sure that the cables connecting the�drive�inputs and the cables to the motor are properly sized. Ensure the proper length of electrical cables is measured for INPUT Line side termination along with the cables going to the motor. Megger the cables connecting the motor and the drive after disconnecting it from either side and ensure the cable is damage free. Ensure the input power cable to the drive and cable to the motor are properly installed and terminated. Check the cable termination and connection at the motor terminal box. Check for proper Rotation of the motor prior to functional testing. Verify whether the control wiring is done properly, as per the wiring diagram. Check the field instrument connections. Disconnect and reconnect cable terminations as needed to perform wiring verification, testing and inspections. Check whether the cable shields are properly grounded. Inspect current carrying components, contact surfaces, fuse clips and clamps, insulating supports and barriers for damage, deterioration, overheating, missing or damaged parts. Visible inspect cable bends to ensure that all bends meet or exceed industrial standards for minimum allowable bending radius. In case if the drive is controlled from PLC/PAC or DCS, check the communication cables connections. Check the motor for rotor jam. Check whether proper cooling arrangements are provided for�drive. Check whether suitable circuit breaker/ Semiconductor fuse protection is provided for the VFD. Check whether the input and output line chokes/ harmonic filter are provided (only if shown in the wiring diagram). Check whether Dynamic braking resistance, brake chopper and DC link choke are provided (only if shown in the wiring diagram). Note down the rated voltage, full load current, and rated RPM of the motor. Check whether the overload protection circuits are set up between the drive output and the motor terminals. Check the proper working of�water (mechanical)�brakes. Clean and vacuum the enclosure. Commissioning Activities: Once the precommissioning ehecks are completed and all components and equipment are found to be satisfactory, the VFD is ready to be commissioned as follows; a. Check the input supply voltage. Before starting up the VFD check the supply voltage at the input side of circuit breaker terminals. If the supply voltage is within the rated input supply voltage range of the VFD, switch on the circuit breaker. Check the DC bus voltage at the DC bus terminals of the drive. �Also ensure the proper functioning of the cooling fan. . Set all other control and communication parameters. b. Inspect all mechanical and electrical interlocks for sound condition and test proper operation. c. Set all control and communication prameters. d. Set minimum output frequency. Minimum output frequency is the lower limit for frequency (i.e.) the output frequency of the VFD cannot be varied below the highest output frequency. e. Set maximum output frequency.Maximum output frequency is the higher limit for frequency (i.e.) the output frequency of the VSD cannot be varied above the maximum output frequency. f. Set maximum output current. Maximum output current is the upper limit for output current. During normal operation, if the output current of VFD exceeds the set limit, the drive will trip on over-current fault. The current may exceeds the upper limit during start. g. Set acceleration time. Acceleration time is the time taken to ramp up the motor to its maximum speed. It depends on load inertia and varies from one application to other. h. Set deceleration time. Deceleration time is the time taken to ramp down the motor from its maximum speed to zero.It depends on load inertia and varies from one application to other. i. Other parameters such as digital input and digital output terminals, analogue input and analogue output terminals, field communication, pulse inputs and pulse encoder inputs parameters has to be configured as per the application requirement. Also, some VFD requires protection parameters to be configured. j. Advanced features such as brake control, torque boost functions, PID control; droop control etc. needs to be configured for this application. k. Auto-tune the variable speed drives measuring the impedance of motor winding and determining the VI curve of the motor at different speeds and torques. It is required to input the noted motor rated voltage, rated current, rated frequency and rated speed before starting auto-tuning. Auto tuning can be stationary or rotational. In case of rotational auto-tuning, it is advised to decouple the motor from the load/ gear-box. Auto-tuning of a variable speed drive usually takes 60-120 seconds to complete. � l. Check the direction of rotation of motor, After auto-tuning the motor, the direction of rotation needs to be checked. The speed reference to the drive is set to 3Hz or 100RPM and the variable speed drive is started manually. Functional testing: Once the drive is properly programmed and autotuned, it has to be run tested for proper functioning at various output speeds and torques or as per the application requirements. a. Check whether the motor rotates in proper direction. b. Motor should rotate smoothly without hunting, abnormal noise or oscillation. c. Check the operation of the variable speed drive as per the application requirement. d. Verify the input speed reference and the VFD output. e. Verify whether the motor accelerates and decelerates smoothly. f. Verify and note down the current at no load and full load at various speed references. g. Verify the analogue feedback from the VFD (if required.) h. After the successful functional test of the variable speed drive, make a clear report of the works done. Also maintain a record of set parameters and current noted while testing on no load and full load at various speeds and torques described in the transmission test parameters for this test stand, DMWR 55-1615-156. (See Exhibit 4. Note: Readings throughout the load-bank test shall consist of the following: 1) Time 2) Frequency (Hz) 3) Voltage (AC-L1, L2, L3) 4) Power Factor (1.0) � 5) Amperage (AC-L1, L2, L3) 6) kW 7) Load Percentage ���� 5.5 Inspection and Acceptance: 5.5.1 Inspection and acceptance shall be performed at CCAD by the Contracting Officer�s Representative (COR). 5.5.2 Final acceptance of the services, equipment, materials, documentation and procedures called for in this Performance Work Statement (PWS) will be performed by the Contracting Officer based upon the inspection and recommendation of the COR. 5.5.3 Failure to comply with the requirements throughout section 5 (Requirements) of this PWS will be grounds for rejection. Upon rejection, the Government will have the authority to terminate the contract. 5.6 Contractor Manpower Reporting (CMR):� The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract.�� The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil.� The required information includes:� (1) Contracting Office, KO, Contracting Officer�s Technical Representative (COTR) or also known as the Contracting Officer�s Representative (COR); (2)� Contract number, including task and delivery order number; (3)� Beginning and ending dates covered by reporting period; (4)� Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5)� Estimated direct labor hours (including sub-Contractors); (6)� Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7)� Total payments (including sub-Contractors); (8)� Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9)� Estimated data collection cost; (10)� Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11)� Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12)� Presence of deployment or contingency contract language; and (13)� Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country).� As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement.� Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year.� Contractors may use a direct XML data transfer to the database server or fill in the fields on the website.� The XML direct transfer is a format for transferring files from a Contractor�s system to the secure website without the need for separate data entries for each required data element at the website.� The specific formats for the XML direct transfer may be downloaded from the website. Part 6, Part 7, and Attachment 3/Technical Exhibit 3 may be found within the attached PWS file.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28ed82ebdf424ec8b2f62711e9c18979/view)
 
Place of Performance
Address: Corpus Christi, TX 78419, USA
Zip Code: 78419
Country: USA
 
Record
SN06248608-F 20220224/220222230109 (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 |
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.