Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

66 -- Load Banks - Statement of Work/CDRLs

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-0055
 
Archive Date
3/1/2011
 
Point of Contact
Melissa Bucci,
 
E-Mail Address
melissa.bucci@navy.mil
(melissa.bucci@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CDRLs Statement of Work Load Banks for the fabrication of a Pulse Power Load Simulator System Synopsis/Solicitation dated 1/25/2011 Synopsis: This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.5 Simplified Acquisition and prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. The Request for Quotation (RFQ) N68335-11-R-0055 is issued as an unrestricted purchase. The applicable North American Industry Classification System (NAICS) code is 334515, Federal Supply Class, FSC Code 6625. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46 (Effective on 29 OCT 2010). This requirement is 100% Set Aside for Small Business. FOB: Destination. DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type contract. Quantity of three (3) each load banks. The Load Banks are components for operation in a pulse power load simulator system for real world electronic load testing of aircraft electrical power generator systems. The simulator system will require load banks specifically fabricated to suit the application/environment in which it is intended to support. The components required for the simulator are commercially available. Please note: Supplier should advise in the event commercial off the shelf load banks with similar control and protective features and load capacity (types and steps) are readily available to shorten design, fabrication and delivery time as long as it meets or exceeds the requirements. CLIN 0001 is for the quantity of three (3) each load banks for the fabrication of a Pulse Power Load Simulator (One Resistive Load Bank 300 Volt 180KW; One Resistive/Reactive (Inductive) Load Bank 115 Volt/400Hz 180 KVA (0.7 to unity power factor); One Resistive/Reactive (Capacitive) Load Bank 115 Volt/400Hz 50 KVAR)). The Load Banks must meet the minimum requirements as follow: 1.0 LOAD BANKS The load banks (ref 1.1, 1.2, 1.3) shall be rated as detailed below for continuous operation. Enclosures shall be designed for efficient packaging and cooling and precision control and protection with portability being a key factor in enclosure design. Load Banks shall be mounted in individual enclosures with wheels and a forklift capable frame for moving to various indoor test laboratory locations (warehouse type environment). Occasional transport to outdoor Aircraft/Hangar test sites will also occur. Space in the test laboratories is always an issue, therefore consideration should be given to minimize the cabinet footprint and grow the cabinet height without creating a special design. Individual load bank enclosure physical dimensions shall not exceed 108 inches in length, 82 inches in width and 80 inches in height. 1.1RESISTIVE LOAD BANK 1.1.1General Description a)The resistive load bank shall be a 180 KW, 300 Volt DC system. b)The load bank shall be designed for adding loads in 10 KW increments with a fine adjustment for controlling the load from 0 to 10 KW with 2% accuracy. c)The load bank shall not exceed 1000 pounds. 1.1.2PROTECTIVE FUNCTIONS Protective functions that directly protect the load bank are as follows: a)Airflow fault switch – upon detection, the resistive loads shall be immediately disconnected from the power source. b)Over temperature switch – upon detection, the resistive loads shall be immediately disconnected from the power source. c)Over voltage fault signal – upon detection, the resistive load shall be immediately disconnected from the power source. Over voltage trip limit shall be greater than 375V. The load element shall be rated to operate at 600V, 50ms transient spike voltages. d)Control power for status of control indicators/lights/cooling fans/blowers shall be wired to accept 480VAC, 60 Hz, 3 Phase for input power for operation. e)The load bank cooling fans shall be rated in horsepower not to exceed 5HP and the amount of input current required at each input voltage shall be specified. f)Other commercially available built-in protective functions supplied as standard features and/or low cost user friendly options that are available from the contractor. 1.2 RESISTIVE/REACTIVE (Inductive) LOAD BANK 1.2.1General Description a)The total load shall be 180 KVA at 115 VAC line to neutral, 3 phase, 4 Wire Wye connected, 400 Hz, with a minimum of 1 KVA resolution per phase capable of providing power factor loads anywhere from 0.7 lagging to unity (specifically, at 180 KW real power (unity power factor), with 180 KVA apparent power). The load bank shall also be capable of operating at 230 VAC line to neutral at 180 KVA. b)The load bank shall be capable of operating in either single phase or three phase mode. The load bank shall be designed for adding loads in coarse adjustments of 10 KVA increments. In addition there shall be a fine adjustment of 0 to 10 KVA with 1 KVA resolution per phase. c)Each phase shall have independent control to purposely present an imbalance of the load. Phase loads of imbalanced combinations of 2/3, 1/3 and 0 for given load increments/steps up to full load are required. d)Consideration will be given for two separate enclosures for the resistive and reactive components of this load bank in the event the preferred packaging detailed in paragraph 1.0 above cannot be achieved. e)The load bank shall not exceed 3000 pounds total. 1.2.2PROTECTIVE FUNCTIONS 1.2.2.1Resistive/Reactive Load Bank Protections Protective functions that directly protect the load bank are as follows: a)Airflow fault switch – upon detection, the resistive/reactive loads shall be immediately disconnected from the power source. b)Over Temperature switch – upon detection, the resistive/reactive loads shall be immediately disconnected from the power source. c)Under Frequency fault signal monitoring of the incoming generator (GEN) and permanent magnet generator (PMG) signal. When <340 Hz is detected, it shall command the reactive load bank to remove all loads. This shall not remove the resistive load or power down the drive stand. d)Over voltage fault signal – upon detection, the resistive/reactive load shall be immediately disconnected from the power source. Over voltage trip limit shall be greater than 400Vrms. The load element shall be rated to operate at 360V, 100ms transient spike voltages. e)Control power for status of control indicators/lights/cooling fans/blowers shall be wired to accept 480VAC, 60 Hz, 3 Phase for input power for operation. f)The load bank cooling fans should be rated in horsepower not to exceed 5HP and the amount of input current required at each input voltage shall be specified. 1.3CAPACITIVE LOAD BANK 1.3.1General Description a)The load shall be 60 KVAR, 115 VAC line to neutral, 3 phase, 4 Wire Wye connected, 400 Hz, with a minimum of 1 KVAR resolution per phase at 115 VAC. The load bank shall also be capable of operating at 230 VAC line to neutral at 60 KVAR. b)The load bank shall be designed for adding loads in 5 KW increments with a fine adjustment for controlling the load from 0 to 1 KW with 2% accuracy. c)The load bank shall be designed for adding loads in 5 KVAR increments with a minimum of 4 individual steps, 1 KVAR resolution per phase. d)Each phase shall have independent control to purposely present an imbalance of the load. Phase loads of imbalanced combinations of 2/3, 1/3 and 0 for given load increments/steps up to full load are required. e)Control power for status of control indicators/lights/cooling fans/blowers shall be wired to accept commercial 115 VAC single phase, 60 Hz input power for operation. f)The load bank cooling fans shall be rated in horsepower not to exceed 2HP and the amount of input current required at each input voltage shall be specified. g)The load bank shall not exceed 500 pounds. 2.0SYSTEM CONTROL INTERFACE The load banks shall have self contained control interface and the ability to be remotely operated. The load bank shall have a control interface which allows an operator to set loads from the front panel of the load bank enclosure. The load bank shall also have the ability to be remotely operated. 2.1LOAD BANK INTERFACE 2.1.1General Description a)These load banks shall have an interface for setting the load to be applied to the unit under test (UUT). This interface shall have control over the entire range of applicable loads to the UUT. 2.2REMOTE INTERFACE 2.2.1General Description a)The remotely operated interface shall have the same level of control as the Load Bank Interface. b)The connection between the remote interface and load bank interface shall have a minimum separation distance of 100 feet utilizing a RJ-45 type cable. c)Any proprietary remote interface enclosure shall be mountable in a standard 19” rack-mounted console. CLIN 0002 – POST AWARD PRE-FABRICATION REVIEW (CDRL A001) After Contract Award and design layout prior to any parts being ordered for initial fabrication of the load banks a pre-fabrication review between the supplier and the customer shall be conducted to answer any questions and provide additional clarification to the requirements definitions/details if needed, IAW CDRL A001. CLIN 0003 – Illustrations/Manuals (CDRL A002) – Quantity 1 Each – Not Separately Priced (NSP) All schematics and drawings shall be included with the delivery of each Load Bank. This shall also include manuals for the hardware and software, both in hard copy and electronic (PDF, MS-Word, or HTML) formats, IAW CDRL A002. CLIN 0004 – Standard Warranty (CDRL A003) – Quantity 1 Each – Not Separately Priced (NSP) A hard copy of the vendor’s standard warranty shall be included with the delivery of each Load Bank, IAW CDRL A003. Delivery Instructions: Item shall be priced at F.O.B. Destination and all equipment shall be delivered on pallets in order to be moved by a fork lift supplied by the customer (NAVAIR AIR-4.4.6.2). All equipment shall be delivered to the following address: 48298 Shaw Road, BLDG 1461 Patuxent River, MD 20670 Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to award on initial offers. Technical capability will be rated on a PASS/FAIL basis. To be technically acceptable, the offeror must receive a rating of pass in each of the minimum capability categories as described above. If the product is not technically acceptable, the Government may not conduct further proposal evaluations. However, the Government reserves the right to open discussions at the Government’s discretion. The following factors shall be used to evaluate quotes: (i) Technical capability of the item quoted to meet the Government requirement (ii) Past Performance (iii) Price Technical capability will be evaluated on a pass/fail basis. A quote that is considered technically unacceptable shall be ineligible for award. Past Performance will be evaluated to establish the degree of quality of an offeror’s previous contract performance for the same or similar types of contracts. Technical quotes must include descriptive literature to include copies of Warranty, Operations and Maintenance Manuals, and any other documentation that clearly demonstrates the quoters ability to meet the requirements of the solicitation at no cost to the Government. Products will be evaluated and compared to the minimum range of capabilities to determine technical acceptability. For Past Performance, a list of three (3) references for a similar type item shall be included. References shall include; name/point of contact, address, phone number, and Email address. Pricing and Cage Code will also be included. The lowest priced quote that is determined to be technically acceptable and submitted by a company with acceptable past performance shall be selected for award. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quotes specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitations closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instructions to Offerors Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Oct 2010) 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2010). 52.242-17 Government Delay of Work (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable: 52.219-28 Post Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Nov 2010) 252.225-7000 Buy American Act “ Balance of Payments Program Certificate (Dec 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Melissa Bucci, email: melissa.bucci@navy.mil no later than 04 February 2011 at 5:00 pm EST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Naval Air Warfare Center Aircraft Division Attn: Melissa Bucci, Code 2.5.2.3.1 Building: 562-3 Hwy 547 Lakehurst, New Jersey 08733-5082 Or e-mailed to: melissa.bucci@navy.mil Quoters shall ensure quotes, and signed amendment(s) reach their destination by 24 February 2011 at 5:00 pm EST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. N68335-11-R-0055. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Potential quoters must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0055/listing.html)
 
Place of Performance
Address: Electrical and Environmental Evaluation Laboratory, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02365904-W 20110127/110125234300-a0b712f6bf32754a9ee389ad5eea636c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.