Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30, 2001 PSA #2819
SOLICITATIONS

61 -- STATION BATTERIES WITH ACCESSORIES AND SEISMIC BATTERY RACKS

Notice Date
March 28, 2001
Contracting Office
U.S. Army Corps of Engineers, Portland District, P.O. Box 2946, Portland, OR 97208-2946
ZIP Code
97208-2946
Solicitation Number
W66QKZ 1086-6346
Response Due
April 17, 2001
Point of Contact
Elizabeth Baierl (503) 808-4616
E-Mail Address
email the contract specialist (elizabeth.a.baierl@usace.army.mil)
Description
1-Offers due April 17, 2001, 4 P.M. Refer to W66QKZ 1086-6346 on all correspondence. This is a combined synopsis/solicitation; proposals requested to establish a Commercial Purchase Order for Station Batteries with Accessories and Seismic Battery Racks for The Dalles Dam and John Day Projects, Oregon. Interested parties are encouraged to read this notice for instructions on how to submit offers; separate solicitation will not be issued. Solicitation is set-aside for small businesses. The small business size standard is 500. NAICS 335911, FSC 6140. To obtain copies of the referenced plates', send email to Elizabeth.A.Baierl@usace.army.mil 1.1 DESCRIPTION OF WORK-The Contractor shall supply and deliver F.O.B the station batteries, with all accessories and seismic battery racks. The nominal installed temperature for the station batteries is 60 F. a. For The Dalles hydroelectric powerhouse two 125 Vdc, 58 cell lead selenium or lead calcium 800 AH (nominal 8 hour capacity to 1.75 final cell volts) batteries, each complete with all accessories and each with two-tier, single-row seismic battery rack assemblies, Seismic Zone 3. Plate 1 shows a plan view of the battery room and existing batteries. The new 125 Vdc batteries will be placed in the same locations as the two existing 125 Vdc batteries., b. For The Dalles hydroelectric powerhouse one center tapped 125/250 Vdc, 116 cell lead selenium or lead calcium 1600 AH (nominal 8 hour capacity to 1.75 final cell volts) battery, complete with all accessories and with two one-tier, two-step seismic battery rack assemblies, Seismic Zone 3. The battery shall be suitable for 125/250 Vdc ungrounded operation. The new 125/250 Vdc battery will be placed in the same location as the existing 125/250 Vdc battery, shown on Plate 1. c. For the John Day hydroelectric powerhouse two 125 Vdc, 58 cell lead selenium or lead calcium 800 AH (nominal 8 hour capacity to 1.75 final cell volts) batteries, each complete with accessories and each with seismic battery rack assemblies, Seismic Zone 3. Plates 2 and 3 show battery rooms where these batteries, Battery 1 and Battery 4, will be located. Each battery shall be supplied with a one-tier, two-step battery rack assembly. The new 125 Vdc batteries will be placed in the same locations as the two existing 125 Vdc batteries. d. For the John Day hydroelectric powerhouse one center tapped 125/250 Vdc, 116 cell lead selenium or lead calcium 1600 AH (nominal 8 hour capacity to 1.75 final cell volts) battery, complete with all accessories and with two one-tier, two-row seismic battery rack assemblies, Seismic Zone 3. The battery shall be suitable for 125/250 Vdc ungrounded operation. The new 125/250 Vdc battery will be placed in the same location as the existing 125/250 Vdc battery, shown on Plate 2. NEC Requirements -- The battery room width in The Dalles hydroelectric powerhouse has a maximum of a 20-foot width for installing the three batteries. Battery rack design shall provide, when installed, the NEC three-foot working space between the 125 volt and the 125/250 volt battery rack assemblies. Material Delivery -- All materials shall be delivered by September 22, 2001. 1.3 Standard Products -- Materials and equipment shall be standard product of industry-recognized manufacturer regularly engaged in production of industrial grade batteries used in the power utility industry. The manufacturers shall have designed and assembled batteries and battery racks of similar material, design, and workmanship required under these specifications, which have demonstrated reliable commercial or industrial operation for a minimum of two years. The batteries and battery racks shall have been sold or offered for sale on the commercial market. Products having less than a 2-year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6,000 hours exclusive of the manufacturer's factory tests, can be shown. 1.4 Applicable Publications -- The publications listed form part of this specification to the extent referenced. The publications are referred to in the text by their basic designation only: -Institute of Electrical and Electronic Engineers (IEEE), -!EEE 450 -- IEEE Recommended Practice for Maintenance, Testing, and Replacement of Vented Lead-Acid Batteries for Stationary Applications, -Uniform Building Code (UBC), 1997 Uniform Building Code, Figure 16-2 Seismic Zone Map of the United States, -Building Seismic Safety Council (BSSC), Part 1: Provisions (FEMA 302) (1997) NEHRP Recommended Provisions for Seismic Regulations for New Buildings and Other Structures, National Fire Protection Association (NFPA), NFPA 70 -- National Electric Code 1999 Edition. 1.5 SUBMITTALS Proposal -- The proposal shall contain adequate information, including catalog cuts and other printed materials, to show that the proposed hardware meets all requirements of these specifications. The proposal shall contain information on seismic battery racks which confirms that the batteries can be installed in the Projects' battery rooms, in accordance with NEC requirements, while allowing for maintenance access to the individual battery cells. Drawings showing the installed footprints shall be part of the proposal. The proposal shall include delivery date of the hardware supplied under these specifications. -- Evaluation Factors -- Proposals will be evaluated, for contract award on the following items listed in descending order of importance: Technical compliance with specifications; Delivery schedule; Battery rack design providing NEC 110-26 spacing requirements when installed; Past Performance; and Price proposal. 1.5.2 Technical submittals -- Government approval is required for all submittals with a (GA) designation; submittals having an (FIO) designation are for information only. -- SD-01 Data. Within 7 calendar days after notice to proceed, submit four copies of the following for approval for each type battery: (1)Complete lists of equipment and materials. (GA); (2)Manufacturer's descriptive and technical literature. (GA); (3)Battery rack assembly layout drawings with dimensions (GA); (4)Detailed calculations to show that the battery rack assemblies meet the requirements of FEMA 302. (FIO); and (5)Battery capacity test procedures. (GA) Within 28 calendar days after notice to proceed, submit an original and two copies of the Certification of Compliance for each of the supplied seismic battery rack assemblies. No later than 30 calendar days before delivery, submit four copies of the following for approval for each battery: (1)Operation and Maintenance manuals. (GA); (2)Battery rack assembly instructions. (FIO); (3)Battery cell installation instructions. (FIO). Following approval of the Operation and Maintenance manuals, provide an additional two copies of each of the approved versions. Battery capacity test reports shall be included in these additional copies with separate battery capacity test report copies that can be inserted into the initial four copy submittals. Operation and Maintenance (O&M) Manual Format -- The O&M manuals shall contain complete installation instructions, operating and maintenance instructions, parts catalogs and bills of materials for all equipment provided. The manuals shall include test plans and final test reports of all factory tests. The manuals shall contain final versions of all the submittals under Paragraph 1.5.2. O&M manuals shall be in binders which are side binding, telescoping post, expandable back, and shall have a supported vinyl cover with a stiff binder board for 8-1/2 by 11-inch sheets. An index shall be provided for ready reference. PART 2 PRODUCTS GENERAL -- All batteries, battery racks, and accessories provided under this contract shall be standard products of battery and battery rack manufacturers regularly engaged in the manufacture of batteries, battery racks, and accessories for generating stations and substations. The individual cells in each battery shall be of same type and rating and shall be interchangeable. The batteries shall be designed for power plant applications. BATTERIES -- 2.2.1 Type and Description -- The batteries furnished under these specifications shall be lead selenium or lead calcium type station batteries. The batteries shall be flooded (vented) cell design and fully charged at delivery. Minimum cell voltage shall be 1.75 volts. The cells shall have a nominal float voltage of 2.23 volts and a nominal equalize voltage of 2.33 volts. The batteries shall be warranted for a minimum of 20 years. Each station battery shall be furnished with all required accessories and mounting hardware including intercell connectors, connector bolts, end lugs, terminal connectors, flip-top flame arrestor vent caps or ceramic plug type flame arrestor vents, hydrometers with hydrometer holders, thermometers with thermometer holders, and cell numbers. Rubber or plastic insulating covers shall be provided for all terminal connectors. Flexible cable or rigid bus shall be furnished for connections between adjacent battery rows or battery tiers. A supply of No-Ox-Id grease shall be furnished for cell connections. Construction -- Positive plates shall be pasted plate construction with grids cast from Lead Selenium or Lead Calcium alloy. The negative plates shall be paste filled antimonial lead grid construction. Separators shall be microporous construction matched with fiberglass mats. Cell containers shall be transparent with the cell lids permanently tongue-and-groove sealed to the container. 2.3 SEISMIC BATTERY RACKS -- The battery racks furnished under these specifications shall be constructed to a minimum UBC Seismic Zone 3 rating, and shall be designed to support the batteries described in Paragraph 1.1. The battery racks shall meet the strength requirements of FEMA 302. All racks shall include spill containment components and absorbent materials. Battery racks shall be furnished with all required installation hardware. The batteries when mounted shall have the grid plates at right angle to the rack assembly fronts. 2.3.1 Installed Battery Working Spaces -- The battery rack assemblies will be installed on concrete floors. The installed battery rack assemblies shall provide for the NEC 110-26 working space requirements. When installed, a minimum of three feet will be required between the 125 volt battery mounting racks and the 125/250 volt battery mounting racks. Measurement between the mounting racks does not include bracing rails. 2.3.2 Construction -- Battery racks shall be galvanized, mild steel fabrication with powder-coated acid-resistant black or grey paint. Battery retention rails shall be covered with plastic coating. 2.3.3 125 Volt Battery Rack Assemblies -- The battery rack assemblies for the 125 volt station batteries shall be as described in Paragraph 1.1. The batteries will be installed along the outer wall of the battery rooms, shown in Plates 1, 2, and 3. 2.3.4 125/250 Volt Battery Rack Assemblies -- The battery rack assemblies for the 125/250 volt station batteries shall be as described in Paragraph 1.1. The 125/250 volt battery rack assemblies will be installed, in two rows, where the current 125/250 volt batteries are shown in plates 1 and 2. PART 3 EXECUTION -- ACCEPTANCE TESTS -- The Contractor shall perform an 8-hour battery capacity test on each station battery prior to shipment. The capacity test shall conform to IEEE Std. 450. The test shall include the initial conditions, an 8-hour test length and test discharge rates of a constant current load equal to manufacturer's 8-hour rating of all cells. All prices shall be F.O.B. delivery to the projects. Award will be made to the contractor offering the BEST VALUE to the Government, price and other factors considered. Factors to be used to evaluate and select the BEST VALUE contractor: 1) technical compliance with the specifications (includes delivery schedule, battery rack design), 2) past performance, and 3) price. Ensure offers include separate technical and price proposals for this project and address each evaluation factor. Technical proposals shall address: technical compliance with specifications, delivery schedule, battery rack design. Past Performance information shall include at least three (3) similar projects in size/complexity performed over the past three years. Include names, address and contacts for references for the work. Proposal shall include prices for each Contract Line Item (CLIN) as follows: CLIN 0001 -- 800 AH Battery, 125 volts, 4 each @ $____each; CLIN 0002 -- 1600 AH Battery, 125/250 volts, 2 each @ $____each; CLIN 0003 -- Battery Rack Assembly-John Day-125 volt (Battery 1), 1 each @ $____; CLIN 0004 -- Battery Rack Assembly-John Day-125 volt (Battery 4), 1 each @ $____; CLIN 0005 -- Battery Rack Assembly-John Day-125/250 volt (Battery 2), 1 each @ $____; CLIN 0006 -- Battery Rack Assembly-The Dalles-125 volt (Battery 1), 1 each @ $____; CLIN 0007 -- Battery Rack Assembly-The Dalles-125 volt (Battery 3), 1 each @ $____; CLIN 0008 -- Battery Rack Assembly-The Dalles-125/250 volt (Battery 2), 1 each @ $____. Evaluation will be in accordance with FAR Clause 52.212-2, EVALUATION COMMERCIAL ITEMS: (JAN 1999). The following provisions and clauses apply to this acquisition to obtain full text versions of these provisions and clauses, go to www.arnet.gov. 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS;52.212-2, EVALUATION COMMERCIAL ITEMS;52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS;52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS;52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS. Contractors shall be registered in the Central Contractor's Registration (CCR) database to be eligible for award. Ensure information required in OFFEROR REPRESENTATIONS AND CERTIFICATIONS (FAR 52.212-3) is included. Award will not be made unless CCR registration can be verified.
Web Link
combined synopsis/solicitation....a seperate solicitation (www.nwp.usace.army.mil)
Record
Loren Data Corp. 20010330/61SOL001.HTM (W-087 SN50H5H6)

61 - Electric Wire and Power and Distribution Equipment Index  |  Issue Index |
Created on March 28, 2001 by Loren Data Corp. -- info@ld.com