COMMERCE BUSINESS DAILY ISSUE OF MARCH 30, 2001 PSA #2819
SOLICITATIONS
61 -- PLANTE' CELL STATION BATTERY
- Notice Date
- March 28, 2001
- Contracting Office
- US Bureau of Reclamation, Code 7810, PO Box 620, Grand Coulee, WA 99133
- ZIP Code
- 99133
- Solicitation Number
- 01SQ170465
- Response Due
- April 17, 2001
- Point of Contact
- Nora Jenn, (509) 633-9509
- E-Mail Address
- Plante' Cell Station Battery (njenn@pn.usbr.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 01SQ170465 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-21. The North American Industry Classification System (NAICS) code is 335911 with a small business size standard of 500. U S Bureau of Reclamation has a fixed price requirement for the following items in accordance with the specifications herewith: CLIN 1: Station Batteries per the following specifications: Battery, Plante plate, Station Service Type, consisting of individually cased lead acid cells, nominally rated at 125VDC, 577 amp-hours on an 8-hour discharge to 1.75 volts per cell basis. Plante type cells with cast, solid pure lead positive plates. Pasted-plate lead alloy grid type positive plates will not be allowed. The negative plates will be pasted grid type. The cell terminal posts shall be configured to accept dual independently bolted inter-cell connectors to allow removal of any one of these parallel connectors to perform maintenance while the battery remains in service. The cell jars shall be made of fire-resistant transparent styrene acrylonitrile (SAN) to facilitate visual inspection. The cell jar covers shall be chemically welded to the jars using a tongue and groove joint. Electrolyte Min. and Max. level lines shall be clearly marked on the front side of the jars. The terminal post to Jar cover seals shall be a tongue and groove rubber O-ring system held captive in the cover. This seal shall allow for the normal elongation of the plates without deterioration of seal integrity. The Plante cell shall retain 100 percent of rated capacity throughout the life of the battery. The rated life of the battery shall be at least 25 years. Each cell shall be fitted with a flame arrester vent cap. Each cell shall be an Alcad, Model SGH-11, or equal -- 60 each. Any alternative battery substituted must meet these specifications and the supplier must provide the USBR with design details sufficient to conduct an extensive technical evaluation to determine its suitability. An installation and maintenance manual for the above batteries shall be provided. Please state warranty. The minimum warranty shall include a full guarantee for the initial three years after delivery plus a 22-year Pro Rata warranty to run consecutively. CLIN 2: Battery racks for above batteries as follows: The rack system shall be seismically rated and certified by an independent testing laboratory to meet the requirements of the Uniform Building Code Seismic Zone 4. The rack shall be a two step design in two sections fourteen feet in length. The height and depth of the rack shall be such as to provide easy access to all battery cells for routine maintenance(168"L x 41"W x 34" H). Racks shall be painted with an acid resistant coating in accordance with industry standards. Racks shall be supplied with mounting points for securing them to the battery room floor, Alcad Part No. RW2S-14EQ, or equal. -- 2 each; CLIN 3: Battery inter-cell connecting hardware shall include lead plated solid copper and lead plated brass hardware. Flexible inter-step and inter-rack jumpers shall be welded cable with terminals securely crimped to the ends and sized to accommodate the maximum battery load. The length of these jumpers will be based on the rack installation requirements. The supplier shall provide all necessary inter-cell connectors and hardware for the complete installation of the 60 battery cells on the supplied racks with dual independent connectors on each terminal plus an additional six connectors for stock. -- 1 lot. CLIN 4: Terminal Grease -- The supplier shall provide sufficient non-oxidizing grease for use on the terminal connections for the complete battery installation. One pint of No-Ox grease shall be provided for maintenance stock. -- 1 lot; CLIN 5: The supplier will be responsible for providing for the disposal of the existing 60 cell lead calcium battery bank. Disposal must be made in accordance with all Federal and State of Montana regulations and the USBR must be furnished with confirmation of proper disposal. The supplier will be notified when the existing battery bank has been removed, banded on pallets and is ready for pickup at the powerhouse loading dock. This notification will occur within 90 days of delivery of the new batteries. Batteries shall be picked up within 15 days of receipt of this notice and disposal will be completed within 60 days of being picked up. -- 1 job; CLIN 6: Supplier shall provide an on-site technical representative after the batteries arrive for up to four hours of training to 6 Government employees. Training shall consist of battery hook-up, maintenance and safety issues concerning the USBR personnel. -- 1 job. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items(Oct 2000), 52.212-3 Offeror Representations and Certifications -- Commercial Items(Oct 2000) must filled in and included with your quote, 52.212-4 Contract Terms and Conditions -- Commercial Items(May 1999), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items(Aug 2000), 52.211-6 Brand Name or Equal (Aug 1999) and 52.247-34 F.O.B. Destination(Nov 1991). Clause 52.212-5, paragraph (b) is tailored to incorporate the following clauses by reference: 52.222-26(Feb 1999), 52.222-35(Apr 1998), 52.222-36(June 1998), 52.222-37(Jan 1999), and 52.225-5(Apr 2000). The Government intends to make a single award to the responsible bidder whose bid is most advantageous to the Government, based on items meeting the specification, delivery schedule, and price and price-related factors considered in descending order of importance as listed here. Evaluation and award will be made using the Simplified Acquisition Procedures in FAR Part 13. The closing date for receipt of offers is April 17, 2001. Include Material Safety Data Sheets for the battery electrolyte and the grease. Offers are to be mailed to the following address: Bureau of Reclamation, Code 7810, P O Box 620, Grand Coulee WA 99133-0620. The destination address is: Bureau of Reclamation, Hungry Horse Field Station, Hungry Horse, Montana 59919. All sources responding to this Request for Quotation shall do so in writing. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, minority-owned, veteran owned and/or women-owned, or whether hub-zone certified. Include Federal Tax Identification number and DUNS number on your bid. All responsible sources may submit a bid, which will be considered by this agency. Full text versions of clauses may be obtained on the internet at www.arnet.gov/far/. See Numbered Note(s) 1.
- Record
- Loren Data Corp. 20010330/61SOL002.HTM (W-087 SN50H661)
| 61 - Electric Wire and Power and Distribution Equipment Index
|
Issue Index |
Created on March 28, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|