|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606Bureau of Reclamation, Snake River Area Office, 214 Broadway Avenue,
Boise, ID 83702 36 -- SPECIAL INDUSTRY MACHINERY SOL 00SQ110007 DUE 062300 POC Bruce
McCarthy, 208-365-2600 Ex. 15, Marie Day, Purchasing Agent 208-334-1744
E-MAIL: mday@pn.usbr.gov, mday@pn.usbr.gov. (qq) A lockable selector
switch shall be provided in the cab for transmitting (transforming) the
control from radio to cab backup station. (rr) System design shall
provide for rapid identification of faults to the module involved by
operating or electrical maintenance personnel. Test lights shall be
provided on all decoding/relay-driving modules to indicate whether or
not those modules are functioning properly. A simple portable test
device, the use of which shall require no interpretive readings, shall
be provided with the system to test the transmitter. (ss) The radio
system shall operate through, yet be separable from, the regular
control system. Radio control system malfunction or failure shall not
prevent normal cab control operation. The radio control system shall
equal Series 9000 by Telemotive, as manufactured by Maxtec
International Corp., 6470 W. Cortland Street, Chicago IL 60635. (2)
Collectors. -- The collectors shall be of the double-shoe pantograph
type (parallel hinged type) suitable for use with the conductors
described above and shall be designed to keep sparking to a minimum.
The collectors shall be sufficiently flexible to permit a 1-inch
vertical and horizontal variation of the runway conductors and
sufficiently flexible to prevent any undesirable strain or misalignment
in the collector assembly. (3) Electrical connections to the trolley.
-- The electrical connections to the trolley shall be by
flexible-looped cable. This cable shall have sufficient conductors to
supply power and control all equipment on the trolley, including brakes
and motors. No stress will be taken by individual conductors. The cable
shall be multiple conductor, rated for 600 volts, stranded copper,
extra flexible, portable, with moisture-resistant rubber or rubberlike
insulation on each conductor and shall have an overall neoprene jacket
for service temperatures up to 60 C. (4) Control of Brakes. -- An
electrically released, spring set motor holding brake shall be released
by means of an electromechanical contact that supplies full voltage to
the brake coil when a directional command is issued. Upon release of
the directional control, one of the following sequences shall occur:
(aa) The controller decelerates the motor to zero speed over a field
programmable time ramp and then sets the brake by de-energizing the
brake contactor. (bb) The brake sets immediately due to de-energizing
of the brake contactor and the controller immediately goes to zero
output. The selection of each of the above brake operating methods
shall be obtainable by a simple program change via the controller
keypad. f. Acceptance tests. -- The Contractor shall participate in
testing the crane when directed to do so by the Contracting Officer.
All supplied crane equipment shall operate without abnormal noise,
vibration, or overheating. Before testing the crane shall be inspected
to determine that all parts are in correct alignment and that no
excessive wear has occurred and that all components are functioning
properly. The contractor is not responsible for crane equipment not
supplied under these specifications. Adjustments shall be made in
accordance with standard practice or the manufacturer's
recommendations. All limit switches shall be checked for proper
adjustment and operation. The Government will furnish the required
meters and personnel for obtaining and recording the test data. Speed
and electrical data including volts, amperes, and watts input for each
motion at each speed and load shall be recorded. If meters are
connected at the crane supply panel instead of at the individual
motors, power for controls and other devices using power shall be
accurately determined and deducted from the total reading. The speeds
and controls shall be in accordance with subparagraphs c. If
deficiencies are disclosed, the Contractor shall be responsible for all
expenses involved in correcting the deficiencies in the equipment he
supplied. The following tests shall be made in the order indicated.
Final speed adjustments for the hoist shall be made at rated load.
Final speed adjustments for the trolley and bridge drives shall be made
with rated load on the main hoist. All final recorded test data, except
the data for the overload test, shall reflect final characteristics
after all speed adjustments have been completed. (1) Tests (a) With 125
percent of rated load on the main hoist. (aa) Determine that the
overload device operates satisfactorily. Override the overload device
so that the remainder of the overload test can be performed. (bb)
Determine that the hoist brakes operate satisfactorily and that the
load does not lower, even momentarily, on "Raise." Raise and lower the
load several times and record full hoist speed, raising and lowering.
(cc) Transport the hoist load the full length of the trolley travel
and then the full length of the crane travel, in one direction with the
trolley as close to the extreme right hand of the crane as practical,
and in the other direction with the trolley as close to the extreme
left hand of the crane as practical. Recordbridge and trolley travel
speeds at full speed in both directions. (dd) Reconnect the overload
device. (b) With rated load on the main hoist (aa) Determine and record
the hoist speed for each point of the controller in the raising and
lowering directions. (bb) Determine and record the bridge speed and the
trolley speed for each point of the controller, forward and reverse.
(cc) "Inch" (least obtainable movement) the load in the raising and
lowering directions. Determine and record five individual movements,
then measure the total distance the load moved during the five
"inching" movements and obtain an average. This will show the variation
between each increment and also a reliable average. No electrical data
are required for inching tests. (dd) Similarly, determine and record
the "inching" movements of the trolley and bridge. (c) Repeat
subparagraph h.(l)(b)(aa) with approximately 50 percent of rated load.
(d) Repeat subparagraphs h.(l)(b)(aa) and (bb) with no load on the
hook. (e) The auxiliary hoist shallbe tested in the same manner as
listed above EXCEPT (1)(a)(cc), (1)(b)(bb), and (1)(b)(dd) tests are
not required. (2) At the completion of these tests, the crane shall
again be inspected for alignment, breakage, and excessive wear, and
final adjustments to the contractor supplied equipment shall be made by
the Contractor. (3) If adjustable frequency controllers are used, a
test of the crane during normal plant operation shall be performed to
demonstrate that system operation does not disturb adjacent sensitive
circuits. Technical questions can be directed to Bruce McCarthy at
(208) 365-2600 ex 15. Anderson Ranch Powerplant Bridge Crane Control
Upgrade BID SCHEDULE 1 Adjustable Frequency Drive Control Cabinet, for
the lump sum of . . . . . . . . . . . . . . . . $________ 2 Crane Cab
Control Box, for the lump sum of. . . . . . . . . . . . . . . . .
$________ 3 Radio Control Equipment for Crane, for the lump sum of . .
. . . . .. . . . . . . . . . $________ 4 Onsite Technician, for five
days at . . . . . .$________/day . . . . . . $________ 5 All other
equipment not specifically listed above, for the lump sum of . . . . .
. . . . . . . . . . . . $________ TOTAL FOR SCHEDULE $ The following
FAR provisions and clauses apply to this acquisition:52.212-1
Instructions to Offerors Commercial Items (OCT 95), 52.212-3 Offerors'
Representations and Certifications Commercial Items (JAN 97), 52.212-4
Contract Terms and Conditions Commercial Items (MAY 97), 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items (AUG 96). Clause 52.212-5 paragraph
b is tailored to incorporate the following clauses by reference:
52.219-8, 52.219-4, 52-222-26, 52.222-35, 52.222-36, 52-222-37,
52.225-3, 52-225-18, 52-225-21 with Alternate 1. Offerors are to
include a completed copy of the provisions at 52.212-3 -- Offeror
Representations and Certifications Commercial Items (JAN 97), with the
RFQ. Offerors May request a copy of the clause, both drawings and the
bid schedule be mailed to them. The closing time and date for receipt
of proposals is Close of Business 6/23/2000 local time. Estimated
issue date of award is 6/26/2000. All sources responding to this
synopsis/solicitation shall do so in writing. Telephone
requests/proposals will not be accepted. Fax requests will be accepted
at the following number:.208-334-9562 and e-mail requests through the
following address: mday@pn.usbr.gov. Offers mailed in should be
addressed to: Bureau of Reclamation, 214 Broadway, Boise, ID 83702. All
responses should be directed Attn: Marie Day. Posted 05/19/00
(W-SN456916). (0140) Loren Data Corp. http://www.ld.com (SYN# 0185 20000523\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|