Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1999 PSA#2393

NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

J -- REHABILITATION OF THE ELECTRONIC SYNCHRONOUS MOTOR STARTING SYSTEM (ESMSS) SOL RFP3-130623 POC Erick N. Lupson, Contracting Officer, Phone (216) 433-6538, Fax (216) 433-5489, Email Erick.N.Lupson@grc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFP3-130623. E-MAIL: Erick N. Lupson, Erick.N.Lupson@grc.nasa.gov. NASA/GRC plans to issue an Request for Proposal (RFP) for Rehabilitation Of The Electronic Synchronous Motor Starting System (ESMSS) CONSTRUCTION PROCUREMENT. The work to be performed shall consists of a Design/fabricate/Install project providing the engineering, labor, equipment, materials, and installation for a new microprocessor based, solid state electronic synchronous motor starting system (ESMSS) to co-exist with the existing variable frequency motor generators that are currently in the building. The system shall include all necessary auxiliary systems, controls, switchgear, software and modifications to the existing system. The project consists of; 1) Design and Fabricate and Installation of ESMSS and 2)Option 1, for Design and Fabricate and installation of a second identical unit ESMSS 1. The design shall be performed using METRIC UNITS. The contractor shall provide all services, labor, materials and equipment necessary to Fabricate, Furnish, and install a new Electronic Synchronous Motor Start System (ESMSS). The new starting system shall interface with the following existing systems; 1) SMACS, 2) Magnetek Solid State Excitation System. The Design shall consist of providing field investigation, engineering and detailed final design services, final operations and maintenance manuals, drawings, calculations, hardware submittals, and equipment specifications. A schedule, implementation plan, harmonics analysis, and test plan shall be prepared for each separate task. The project is to provide a new variable frequency starting system for The Central Air Equipment Building (CAEB). The new starting system shall increase operation, energy and maintenance efficiency. The new system shall increase operation efficiency by 50% (minimum) and energy efficiency by 20% (minimum). Maintenance efficiency is immediately expected to be reduced and many auxiliary systems and moving parts. The new system shall co-exist and integral with the existing variable frequency motor generators that are currently in the building. The new installation shall include all necessary auxiliary systems, software and modifications to the existing system. A new STATE-OF-THE-ART microprocessor controlled, electronic synchronous motor start system shall use solid state silicon controlled rectifier (SRC) or power transistor technology. The system shall be installed to provide optimum control, start time, high efficiency, increase reliability and minimize maintenance. OPTION 1; the contractor shall supply the design/fabrication/installation of an identical second unit (ESMSS 1) to parallel the other existing variable frequency motor generator (VFMG 1). Work shall include the relocation of an existing 15KV switchgear air compressor and VFMG 1 exciter. All requirements in the Statement Of Work (SOW) shall apply to both the base contract and Option One (1). All responsible sources may submit a proposal which shall be considered by the agency. FIXED PRICE CONTRACT is contemplated. Construction Estimate is between $1,000,000 and $5,000,000. Solicitation forms will be made available as soon as opening date is established. Option may be part of the Construction package for additional work. Request for copies of this proposed procurement should be received as soon as possible in order to facilitate mailing of same to the extent copies are available directly to the inquirer at time of issuance. An Ombudsman has been appointed -- See Note "B". The firm date for receipt of proposals will be stated in the RFP. Drawings will be available from a Local Blueprinting Company that will be stated in the RFP. All responsible qualified sources may submit a proposal which shall be considered by the agency. The solicitation and any documents related to this procurement [with the exception of specifications and drawings] will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities page is http://procurement.nasa.gov/EPS/GRC/class.html [REPLACE "GRC" IN BOTH PLACES WITH THE GRC'S ABBREVIATION] Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 07/20/99 (D-SN356276). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0077 19990722\J-0023.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page