Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

61 -- Furnish and Deliver Standy Generator

Notice Date
8/31/2012
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R12PS60377
 
Response Due
9/7/2012
 
Archive Date
8/31/2013
 
Point of Contact
Vaschelle LaForge Contracting Officer 4062477812 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In order to facilitate the electronic submission of quotations, Request for Quotation (RFQ) number R12PS60377 is being issued simultaneously to this announcement. The Bureau of Reclamation, Great Plains Region anticipates award of a standby generator to be delivered to Bureau of Reclamation-GP-DKAO-ST, Attn: Randy Ehlis, 550 30th Avenue SW, Dickinson, ND 58601. The work under this combined synopsis / solicitation provides for the furnishing of all labor, materials, transportation, supplies (unless otherwise specified), equipment, supervision, and other items and incidental services necessary to satisfactorily deliver requirement. In accordance with the procedures in FAR Part 5 and 12, RFQ Number R12PS60377 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. The solicitation is being issued as a total small business set-aside under the North American Industry Classification System (NAICS) Code 335312 Motor and Generator Manufacturing. The applicable size standard is 1,000 employees. The resulting purchase order will be a firm-fixed price type. Line Item 0001 - Standby Generator - quantity of 1 PRODUCT in accordance with the following technical specifications: PART 1 - GENERAL 1.1GENERAL ENGINE-DRIVEN GENERATOR DESCRIPTION A.The generator shall be a commercial series, propane-fueled engine, minimum 60 kW standby electric generator to provide automatic power service to Dickinson Dam, located in west-central North Dakota, during electrical power outages. Standby/backup power is currently provided by a portable generator with a manual transfer switch. B.The standby electric generator, control panel, automatic transfer switch and accessories shall be furnished a complete unit with compatible components ready for connection by the Owner to the existing utility power source and to the existing Owner/customer distribution load panel at Dickinson Dam. C.The engine generator unit shall be skid-mounted and be furnished with a manufacturer supplied and installed sound attenuated acoustically designed and all-weather protective enclosure housing the engine, generator and generator controls. D.It is the intent that the generator will be a model and type conforming to a standard production unit meeting or exceeding the performance specified. 1.2REFERENCES A.ANSI/NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). B.ANSI/NEMA MG 1 - Motors and Generators, including all applicable reference standards. C.ANSI/NFPA 70 - National Electrical Code. D.ANSI/NFPA 110 - Standard for Emergency and Standby Power Systems. E.ANSI/NEMA AB 1 - Molded Case Circuit Breakers and Molded Case Switches. 1.3SUBMITTALS A.Submittals Required From Contractor Awarded The Contract: 1.Manufacturer's Data: Two (2) sets of manufacturer's product data with installation, operation and maintenance instructions. Manufacturer's data is required for the generator, automatic transfer switch and accessories. Product data shall include nameplate data, dimensions, weights, ratings, interconnection points, and internal wiring diagrams for engine, generator, control panel, battery, battery charger, battery warmer, lube oil heater, exhaust silencer, vibration isolators, cord, plug and accessories. 2.Shop Drawings: Two (2) sets of shop drawings shall be submitted for assemblies not completely described in manufacturer's product data. Provide concrete mounting pad dimensions with vibration isolator locations if not otherwise provided with the manufacturer's data. 3.Operation and Maintenance Manuals: Two (2) sets of normal operation, maintenance and service manuals for the engine, generator, transfer switch and accessories. 4.Submittals shall clearly indicate components being proposed. Any exceptions to the technical specifications shall be clearly indicated. 1.4QUALIFICATION A.Manufacturer - The generator manufacturer shall have a minimum of 7 years of documented experience specializing in packaged standby electric generators. 1.5DELIVERY, STORAGE, AND HANDLING A.The engine-driven generator with transfer switch and all accessories shall be delivered to the generator site at Dickinson Dam. The generator supplier shall make arrangements for unloading the generator on the Owner-provided concrete mounting pad. B.Products shall be protected during delivery and shall be stored to protect products. C.A. Connection of the furnished generator and integral automatic transfer switch to the utility power source and to the Owner/ customer distribution load panel will be by the Owner/Bureau of Reclamation staff. PART 2- PRODUCTS 2.1GENERAL A.The generator and all accessories shall be new and of the manufacturer's latest model. D.The standby electric generator, control panel, automatic transfer switch and accessories shall be furnished a complete unit with compatible components ready for connection by the Owner to the existing utility power source and to the existing Owner/customer distribution load panel at Dickinson Dam. B.The generator and all accessories shall be UL approved for safety and certified power rating. 2.2ENGINE A.Engine Type: 4-cycle, internal combustion, liquid-cooled with integral radiator. B.Fuel Type: Liquid propane. C.Fuel Tank: Propane, rated capacity sufficient for a minimum of 12 hours of generator run time at 100% of rated load. D.Engine Governor: Electronic, capable of maintaining engine speed within 0.5 percent at steady state, and 5 percent from no load to full load, with recovery to steady state within 2 seconds following sudden load changes. E.Engine Starting: DC starting system with positive engagement, provide a "Auto-Off-Manual/Test" starter mode switch, with programmable starter lockout to prevent starter from re-engaging until engine has completely stopped, with the capability of cyclic cranking a set number of seconds on with a set number of seconds rest/off before again attempting to start.. F.Battery/Batteries: Heavy duty, lead acid type, minimum 525 cold cranking amps for winter operation, battery voltage to match the starting system, mounted in a plastic-coated metal battery tray treated for electrolyte resistance. G.Automatic Shutdown: Engine shutdown on high water temperature, low oil pressure, engine overspeed or overcrank. Limits as specified by manufacturer. H.Engine Heater: Engine water jacket type heater with integral thermostat control, sized to maintain the engine jacket water at 90 degrees F and operate on 120 volts AC. The heater shall not to exceed 3000 watts. I.Battery Warmer: 120-volt AC, with thermostat built into the wrap. J.Battery Charger: Current limiting type, 5-amp D.C. output, designed to float at 2.17 volts per cell and equalize at 2.33 volts per cell. Include overload protection, full wave rectifier, DC voltmeter and ammeter, and 120 volts AC fused input. The battery charge shall be mounted and wired inside the generator housing enclosure. K.Engine Oil Drain: An engine oil drain shall provided and be located at a readily available location whereby changing engine oil can be done without special tools or equipment. L.Engine Accessories: Fuel filter, lube oil filter, intake air filter, lube oil cooler, water pump. A water temperature gauge and lube oil pressure gauge shall be provided on the engine-generator control panel. 2.3GENERATOR A.Load Capacity and Voltage: Minimum 60 kW rating at 0.8 power factor, 3-phase, 120/240-volt at the manufacturer's recommended engine RPM. Capacities shall be attainable at ambient temperatures between -20 and +110 degrees F using liquid radiator cooling at an altitude of 2400 feet (msl). B.Generator: ANSI/NEMA MG 1, three phase, four wire, synchronous generator. C.Rotor and Stator Insulation: Class H. D.Bearings: Sealed ball. E.Operating Temperature Rise: 120 degrees C above a 40 degree C ambient. F.Enclosure: ANSI/NEMA MG 1, open drip proof, self-ventilated. G.Voltage Regulation: Voltage regulation ?2 percent maximum. 2.4ENGINE-GENERATOR CONTROL PANEL A.An engine-generator control panel shall be mounted within the weather-protected housing enclosure. B.The control panel shall be ANSI/NEMA 250, Type 3. C.Engine and generator controls and indicators shall include: 1.Power Frequency Meter: 45-65 Hz range. 2.AC Output Voltmeter: 2 percent accuracy, with phase selector switch. 3.AC Output Ammeter: 2 percent accuracy, with phase selector switch. 4.Voltage output adjustment. 5.Push-to-test indicator lamps, one each for low oil pressure, high water temperature, over speed, and over crank. 6.Engine start "Auto-Off-Manual/Test" selector switch. 7.Engine run time hour meter. 8.Oil pressure gauge. 9.Water temperature gauge. 10.Additional visual indicators and alarms in accordance with by NFPA 110. 2.5WEATHER PROTECTED ENCLOSURE A.The engine generator unit shall be skid-mounted and be furnished with a manufacturer supplied and installed sound attenuated acoustically designed and all-weather protective enclosure housing the engine, generator and generator controls. B.The weather-protected enclosure housing shall be painted steel or aluminum with ready access to the control panel and service points, with lockable doors and panels. C.Factory designed and internally installed sound attenuation shall be incorporated into the protected enclosure to reduce generator sound output to 72 dB (A) at 22 feet under full rated load conditions. 2.6AUTOMATIC TRANSFER SWITCH A.An automatic power transfer switched shall be provided to instruct the standby generator to start upon sensing primary source power failure. B.Transfer Switch Rating: 3-phase, minimum 200-amp. C.Enclosure Type: NEMA 3. D.Circuit Breaker: One (1) circuit breaker sub-panel to provide over-current protection. NEMA AB 1 molded case circuit breaker on generator output with integral thermal and instantaneous magnetic trip in each pole; sized in accordance with ANSI/NFPA 70. Include battery-voltage operated shunt trip, connection to open circuit breaker on engine failure. Mount unit in enclosure to meet ANSI/NEMA 250, Type 1 requirements. Load side lugs for customer-provided cable shall be included. 2.7ACCESSORIES A.Automatic Exercise Option: Designed to start and exercise the engine-generator on a weekly or otherwise programmable basis. B.Remote Monitor: Wireless, battery powered, to remotely monitor the generator status. C.Vibration Isolators: Provide vibration isolators to support the complete engine-generator as recommended by the generator manufacturer. PART 3 - EXECUTION 3.1 DELIVERY The engine generator with transfer switch and all accessories shall be delivered to the generator site at Dickinson Dam. The generator supplier shall make arrangements for unloading the generator. 3.2 TRAINING A.Training shall be provided to the Owner at Dickinson Dam by the generator manufacturer's representative after the generator has been installed, successfully tested and adjusted. B.Training shall be coordinated and scheduled with the Owner. C.Training shall include a basic understanding of the generator components, starting/stopping the generator, making adjustments to the voltage output and frequency output, routine maintenance and servicing of the generator. D.The manufacturer's cost of providing the training shall be included in the cost quoted for supplying and delivering the standby generator. 3.3 WARRANTY The complete standby generator and transfer switch system shall be warranted for a period of two (2) years from the date of final acceptance by the Owner. Multiple warranties for individual components (engine, generator controls, etc.) are not acceptable. Warranty documents must be provided. This warranty shall be detailed in available written documents. In the judgment of the specifying authority, the manufacturer supplying the warranty for the complete system must have necessary financial and technical expertise with all components supplied to provide adequate warranty support. The following shall be provided with quotes: 1) Two (2) sets of manufacturer's standard product data for the generator and automatic transfer switch. Any exceptions to the technical specifications shall be clearly indicated. F.O.B. Destination, Bureau of Reclamation-GP-DKAO, Attn: Randy Ehlis, 550 30th Avenue SW, Dickinson, ND 58601. The purchase order will be awarded to that responsible offeror whose offer conforms to the essential requirements of the solicitation and is the most advantageous price to the Government. The Government reserves the right to reject any or all offers and to waive informalities and minor irregularities in offers received. In accordance with FAR 9.105-1, the Contracting Officer may request an offeror to provide detailed information relating to his responsibility and, as necessary, to the responsibility of his proposed subcontractors. The Contracting Officer expressly reserves the right to reject the offer of any offeror determined to be nonresponsible. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-60. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 52.212-01 Instructions to Offerors--Commercial Items, 52.212-03 Offeror Representations and Certifications - Commercial Items, 52.212-04 Contract Terms and Conditions--Commercial Items, 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-03 Alternate I Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; 52.233-03 52.247-34, F.O.B Destination 52.252-02, Clauses Incorporation By Reference DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION 1452.215-71, Use and Disclosure of Proposal Information--Department of the Interior DIAPR 2012-05, Class Deviation - Limitation with Respect to Felony Criminal Convictions and Delinquent Tax Debts RECLAMATION ACQUISITION REGULATION DIAPR 2012-05 Class Deviation-Limitation With Respect To Felony Criminal Convictions and Delinquent Tax Debt, ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors, WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation, WBR 1452.222-80 Notice of Applicability-Cooperation with Authorities and Remedies - Child Labor - Bureau of Reclamation, WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation GREAT PLAINS GP-4, Basis for Award Quotes are due no later than Tuesday, September 7, 2012, by 2:00 p.m. Mountain Daylight Time. All responsible sources who submit a timely quote will be considered for award. Quotes may be submitted electronically, e-mailed to VLaForge@usbr.gov, or faxed to 406-247-7798. For further information, offerors may contact Vaschelle LaForge at 406-247-7812 or VLaForge@usbr.gov. NOTE - Any contractor interested in doing business with the federal government and/or submitting a quotation to the government must complete their representations and certifications online. Contractors shall register in the System for Award Management at www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a286dc05b584d88f76115242c3e8714)
 
Place of Performance
Address: Deliver to Bureau of Reclamation-GP-DKAO, Attn: Randy Ehlis, 550 30th Avenue SW, Dickinson, North Dakota
Zip Code: 58601
 
Record
SN02864064-W 20120902/120831235351-4a286dc05b584d88f76115242c3e8714 (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.