COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14, 2001 PSA #2914
SOLICITATIONS
J -- REPAIRS TO MOBILE SUBSTATION TRANSFORMER
- Notice Date
- August 10, 2001
- Contracting Office
- Western Area Power Administration, 114 Parkshore Drive, Folsom, CA 95630
- ZIP Code
- 95630
- Solicitation Number
- DE-RQ65-01WN57714
- Response Due
- August 17, 2001
- Point of Contact
- Janna A. Buwalda (916) 353-4471
- E-Mail Address
- contracting officer (buwalda@wapa.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Part 12, as supplemented with additional information and is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The North American Industry Classification System (NAICS) is 335311 and the small business size standard is 750 employees. REQUIREMENT: The contractor shall provide Task A and Task B, Testing and Warranty for the following equipment: 1 each 5 MVA, Three phase, 60 Cycle, Class FOA, Westinghouse Mobile Transformer, s/n 5066901, High Voltage 33,000 x 66,000 v Delta, High Voltage Taps maintain original, Low Voltage 2,400/4,160y x 7,200/12,470y, Impedance maintain original. Task A: Untank, inspect, & report. The contractor shall open and untank the transformer and perform a complete inspection of the windings and all associated equipment of the transformer. A written report of all repairs the contractor recommends accomplishing will be provided within 14 days of receipt of the mobile substation. Task B: Rewind shell form transformer. This shall include new copper windings, new insulation, new bushings, new oil, (to be certified PCB free and inhibited), new nameplate, and tested. The core and coil assembly shall be high temperature oven dried. This drying process shall be done in a manner equivalent to that utilized for modern factory drying of new units, this will assure all moisture is driven out of the insulation immediately prior to installation in the tank. New gaskets shall be installed for sealing all accessories, bushings, and other devices attached to the transformer. The interior of the tank, the radiators, and the core structure shall be flushed and cleaned. The transformer shall be repainted with ANSI 70 light gray paint with all surfaces properly cleaned, prepared and primed prior to application of finishing coat. All accessories not replaced shall be checked to ensure they are functioning properly. The transformer tank will be filled with oil. Task B shall be accomplished with 120 days of receipt of the mobile substation. Testing: After re-manufacturing, the transformer shall be tested and certified test reports will be provided for the following tests: Turns Ratio, No Load Losses, Winding Resistance, Exciting Current, Impedance, Applied Potential, Induced Potential, Load Losses, Doble Power Factor. Warranty: The repaired transformer shall be warranted for 12 months from date of service or 18 months from date of shipment; whichever comes first. The following clauses are hereby incorporated by reference. FAR 52.212-1, Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation Commercial Items. (Award will be made to the lowest priced technically acceptable proposal) 52.212-3, Offferor Representations and Certification Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items and FAR 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. The following additional FAR clauses cited in FAR 52.212- 5, are applicable to the acquisition: 52.222-21, Prohibited Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52 .222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era. 52.203-3, 53.232.36 Payment by Third Party are hereby incorporated by reference. Offerors shall provide a single firm fixed price quote for Task A, Task B, Testing and Warranty as described above. Offerors shall also provide an hourly rate for any additional repairs that may be identified and subsequently authorized by the Government. Quotes shall be provided to Janna Buwalda no later than noon on August 17, 2001 via either fax at (916) 985-1933, e-mail to buwalda@wapa.gov, or letter to 114 Parkshore Drive, Folsom, CA 95630. Questions may be directed to Janna Buwalda at (916) 353-4471
- Record
- Loren Data Corp. 20010814/JSOL017.HTM (W-222 SN50U735)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|