Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19, 2001 PSA #2896
SOLICITATIONS

61 -- STATIONARY BATTERY WITH ACCESSORIES AND SEISMIC BATTERY RACK

Notice Date
July 17, 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
DACW57-01-Q-0365
Response Due
August 3, 2001
Point of Contact
David B. Thatcher, Contract Specialist, 503-808-4634
E-Mail Address
Contract Specialist (david.b.thatcher@usace.army.mil)
Description
DESC: 1-Offers due August 3, 2001, 4 P.M. Refer to DACW57-01-Q-0365 on all correspondence. This is a combined synopsis/solicitation; offers requested to establish a Commercial Purchase Order for Station Battery with Accessories, Seismic Battery Rack with Spill Containment and Disposal of Existing Battery for Detroit Powerhouse, Detroit, OR. Interested parties are encouraged to read this notice for instructions on how to submit offers; separate solicitation will not be issued. Solicitation will be set-aside for small businesses. The small business size standard is 1000. NAICS is 335911, FSC 6140/6135. 1.1 DESCRIPTION OF WORK-The Contractor shall supply and deliver a 120 volt station battery as described in Section 2.1, with all accessories, and seismic battery racks with integral spill containment (seismic rated for UBC Zone 3) as described in Section 2.2. After installation by Project, the Contractor shall dispose of the existing batteries as described in Section 4.1. 1.2 APPLICABLE PUBLICATIONS-The publications below form a part of this specification to the extent referenced. The publications are referred to in the text by their basic designations only. Institute of Electrical and Electronics Engineers (IEEE) IEEE 450. Recommended Practice for Maintenance, Testing and Replacement of Vented Lead-acid Batteries for Stationary Applications. IEEE 485-1983. Recommended Practice for Sizing Large Lead Storage Batteries for Generating Stations and Substations. Uniform Fire Code Article 64. 1.2.5 BID DOCUMENTS-1. One copy of items 1-4. 2. Dimensional layout drawing for rack and spill containment. 3. Delivery information. 4. CCR registration. 5. Disposal site for waste battery. 1.3 SUBMITTALS- Government approval is required for all submittals. Within 30 days after notice to proceed, provide three copies of the following: 1. Complete lists of equipment and materials, including rack size and spill containment. 2.Manufacturer's descriptive and technical literature. Seismic rack installation instructions. 3. Battery sizing data and calculations. 4. Certification of compliance for the seismic racks. Prior to delivery provide two copies of the following: 5. Manufacturer's Acceptance Test Report. Within 60 days of delivery provide the following: 6. Operation and Maintenance Manual for the battery (2 copies). 7. Onsite battery maintenance training. 8. Manufacturer's standard warranty (2 copies). Within 15 days of disposal of the existing battery provide: 9. Documentation or certification of proper disposal or recycle. PART 2 PRODUCTS 2.1 120 VOLT BATTERY 2.1.1 GENERAL The 120 volt battery shall be the standard product of a manufacturer regularly engaged in the manufacture of batteries for generating stations and substations. The individual cells shall be of the same type and rating and shall be interchangeable. 2.1.2 Type and Description The battery furnished shall be an ungrounded 120 VDC lead acid Plate' type station battery consisting of 60 cells. The battery shall be of a flooded (vented) cell design, fully charged at delivery. The rating of the battery shall be at least 692 Ampere-hours. The overall cell dimensions shall not exceed 10.6 inches length, 12.9 inches width. The cell height, when rack mounted, shall be serviceable by a technician without use of a ladder. The battery shall be suitable for use in a hydroelectric plant and warranted for a minimum of 20 years. The battery shall not normally require an equalization charge. The battery shall meet the following requirements and load duty cycle: One- minute rate 200 amps, Three hour rate 40 amps, 8 hour rate 30 amps, Random momentary (one minute) 285 amps, Minimum cell voltage (end of discharge) : 105 Volts or 1.75 VPC, Float voltage : 2.23 Volts per cell, Maximum cell voltage 140 Volts with an equalization charge of 2.33 Volts per cell. Minimum battery temperature: 60 degrees F. The Contractor shall submit battery- sizing calculations for approval. 2.1.2.1 Plate Construction- The battery positive plate shall be cast from pure lead. The negative plate shall be a pasted grid construction. Micro-porous separators shall be used for separation of the plates. 2.1.2.2 Construction-The cell container shall be formed from injection molded transparent styrene acrylonitrile (SAN). The lid shall be molded from opaque SAN and permanently molded to the container. The vent plugs shall be designed to prevent acid spray and provided with explosion preventing, lockable ceramic plugs. Terminal posts shall be fabricated from a lead plated solid copper bar. 2.1.2.3 Electrolyte-The electrolyte shall be sulfuric acid with a specific gravity of 1.210 at 77 degrees F when fully charged. 2.1.3 Accessories-The battery shall be furnished with the manufacturer's standard recommended accessories including but not limited to the following: 1. All necessary lead-plated copper inter-cell and terminal connectors. 2. Acid resistant cell terminals. 3. Special tools as required by the manufacturer for installation and maintenance. 4. Lifting sling. 2.2 Seismic Racks-The battery racks furnished shall be a manufacturer's standard product constructed to a UBC Seismic Zone 3 rating and designed to support the supplied battery. The racks shall consist of two sections of single tier, two step racks, with each row accepting 15 x 2 cells. The existing space is approximately 10 feet wide and 15 feet long. The two racks will be installed, centered in the existing space, with a minimum of 36 inches between them. Battery cable connections will be made at one end. Top cell terminal elevation shall not exceed 36 inches, and each rack shall not exceed 36 inches in width if possible. All racks shall include leak proof spill containment, pan type, suitable for containment of sulfuric acid. The Contractor shall provide certification of compliance that the rack assembly meets UBC requirements for Seismic Zone 3. PART 3 -- EXECUTION 3.1 Acceptance Tests- The Contractor shall perform an 8 hour battery capacity test prior to shipment. The capacity test shall conform to IEEE 450. The discharge rate shall be a constant current load equal to the manufacturer's 8 hour rating of the battery. The Contractor shall provide a standard test report conforming to the procedure for battery capacity tests prior to delivery. The battery shall be fully charged prior to shipment. 3.2 Commissioning -- The Contractor shall supply the services of a field technician during the installation and commissioning of the battery. The field technician shall ensure proper rack assembly and check field connections. The field technician shall provide a 4-hour training session in battery maintenance at the site. Contractor shall coordinate delivery and commissioning with the technical point of contact. Commissioning records shall include temperature, specific gravity of each cell, cell voltage, battery voltage and cell to cell terminal connection resistance. 3.3 Coordination and Delivery -Normal business hours at Detroit Powerhouse are Monday Thursday , 7 AM 5 PM. All work covered by this specification shall be conducted during normal business hours and coordinated with the technical point of contact. The technical point of contact for delivery, commissioning and disposal will be Alex Sundberg, Foreman, phone (503) 897-2385, FAX (503) 854-3310. The contractor shall telephone Mr. Sundberg prior to delivery. Battery and racks shall be delivered to Detroit Powerhouse near Mill City Oregon, FOB destination. Delivery date shall be December 31, 2001. Submittals shall be sent to: Judy Stromquist, Corps of Engineers P.O. Box 429 Lowell OR 97452 PART 4 DISPOSAL 4.1 Not more than 30 days after commissioning the Contractor shall pick up the existing 58 cell, EU-15 lead calcium battery. The transport vehicle shall have suitable containment for spill prevention or the batteries shall be containerized by the Contractor for shipment using the containers from the previous battery. The batteries will be on the generator (main) floor, ready to be containerized and shipped. Disposal shall be according to applicable State and federal law. Contractor shall coordinate battery pick up during normal business hours with the technical point of contact. The Contractor shall provide the Project POC with a copy of the shipping papers before transport. 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, and delivery schedule. 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. Offer shall include price for Contract Line Item (CLIN)0001 as follows: CLIN 0001 120 Volt Station Battery (See Below). Item Description Quantity Price #0001 120 VDC Stationary Battery (60 cells) 1 Each (Part 1 & 2) Seismic Rack System 1 Each (Part 1 & 2) Spill Containment System 1 Each (Part 1& 3) Commissioning and (4 Hr) Training 20 hours (Part 3) Disposal of Existing Battery 1 Job (Part 1 & 4) ***Total of above items $___________ 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. Ensure the DUNS (Dun and Bradstreet) number and the TIN (taxpayer ID) is provided when providing quotation. Transmission of offer by FAX to this office is NOT ACCEPTABLE.
Record
Loren Data Corp. 20010719/61SOL001.HTM (W-198 SN50S0U0)

61 - Electric Wire and Power and Distribution Equipment Index  |  Issue Index |
Created on July 17, 2001 by Loren Data Corp. -- info@ld.com