SOLICITATION NOTICE
66 -- DC Ramp Test Set
- Notice Date
- 8/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R16PS01203
- Point of Contact
- Lynn Wahl, Phone: 509-754-0223
- E-Mail Address
-
jwahl@usbr.gov
(jwahl@usbr.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, 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 solicitation number is R16PS01203 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The small business size standard is 750 employees. REQUIREMENT The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order for the acquisition of the following: CLIN 0010 DC Ramp Test Set: 1 each at $_______ for a total of $_____. Total price shall include all applicable fees and taxes SPECIFICATIONS 1. QUANTITY AND TYPE The Bureau of Reclamation has a need for an Automated DC Ramp Test set The test equipment shall be capable of applying a maximum output voltage of 60 kV DC (negative polarity). The equipment will be used to identify problems in the stator ground wall insulation system of large AC generators and motors before an unexpected in-service failure occurs. 2. SALIENT FEATURES a. The equipment shall meet the following salient features: Power Input 85-264V AC, 2A, 50/60 Hz Output Voltage and Metering 0 to 60 kV DC, negative polarity Ramp Rate 0 to 2.5kV/min (continuously adjustable output current 1.0 mA maximum) Current Metering 0-1/2.5/5/10/25/50/100/250 μA PC Windows 8.1, or better Operating Temperatures +32 to +104 deg. F. Operating Altitude 0 - 3000 Meters Standards Compliant with IEEE Standard 95-2002 b. The equipment shall have both an automatic voltage ramp mode as well as manual voltage control from 0 - 60 kV DC. The equipment shall have an automatic voltage ramp mode that is continuously adjustable from 0 to 2.5kV/minute. c. The equipment shall provide an earth ground detection circuit. d. The equipment shall provide protection circuits as well as a safe winding discharge circuit. e. The equipment shall have the capability of interfacing with a microprocessor-based system minimum 500 GB hard drive, 16 GB memory, and USB 3.0 capability. f. The equipment shall be contained or mounted in a rugged case to protect it during field testing. g. Standard Manufacturer's warranty. 3. CABLES a. A complete set of high voltage test leads rated for 60 kV DC shall be provided with the test equipment and at a minimum the lead length should be 23 feet. b. An earth grounding cable shall be provided with the test equipment. 4. POWER REQUIREMENTS The equipment shall be capable of utilizing a 120VAC, 60Hz input with a current rating that doesn't exceed 10 amps. 5. SOFTWARE A software package with the following capabilities shall be included: • Capability to graph the test results, i.e. Voltage vs Current can be plotted. • Capability to display voltage vs. current curves side by side for an analysis on winding condition • Capability to store multiple curves and test parameters for later analysis • Capability to allow set up of the unit nameplate data • Capability to set up ramp rate and which phase is being tested. Plus note other parameters such as ambient temperature, humidity, etc. • Capability to allow the user to make a number of settings such as export file to Excel, display the test data once the test is finished, or start the new test. • The software shall have the ability to display the results as the tests are underway so that the leakage current versus voltage curves can be examined. This facilitates a test stoppage before failure of the insulation occurs. It also provides information regarding failure mechanisms as well as the physical location of the deterioration. • The software shall have the ability of automatically calculating and providing the Polarization Index value that determines whether the winding insulation should be subjected to applied voltages beyond its rating. 6. DATA FORMAT COMPATIBILITY The equipment shall provide results in a data format that is compatible with the existing 2013 Microsoft Office tools. The test file format shall be such that it can be exported and integrated into Excel. 7. INSTRUCTION MANUAL The vendor or manufacturer shall supply an instruction manual with the test equipment. The manuals shall contain relevant operating instructions including: a quick start guide, setup instructions, connection scheme, as well as safety and troubleshooting tips. Maintenance information shall include a preventative maintenance or calibration schedule as well as any necessary instructions. The manuals shall also include all relevant equipment model number(s), a complete parts list, and personal contacts for requesting parts or service. 8. DELIVERY Delivery shall be FOB Destination. Delivery address Hwy 155, Warehouse B, Door 6, Industrial Area, Grand Coulee, WA 99133. Delivery will not be accepted on Federal holidays. Delivery is preferred a minimum of 45 days after receipt of order. PROVISIONS AND CLAUSES This RFQ incorporates one or more provisions and clauses by reference. The full text of the provisions and clauses may be accessed electronically at https://www.acquisition.gov/far/. Provisions and clauses not accessible electronically have been included in the attachment labeled "Provisions and Clauses - Full Text" The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The term "offer" in 52.212-1 is replaced with "quote". The following addendum to 52.212-1 also applies: 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions; 52.204-16 Commercial and Government Entity Code Reporting By the provision at 52.212-2, Evaluation-Commercial Items, lowest price technically acceptable will be the evaluation factor used for this requirement. The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The following addendum to 52.212-3 applies: 52.203-98 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-02); 52.225.25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions relating to Iran--Representations and Certifications The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses are addenda to 52.212-4: 52.252-2 with the following fill in https://www.acquisition.gov/far/, 52.204-18 Commercial and Government Entity Code Maintenance; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.242-15 Stop-Work Order The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional clauses cited in paragraph b of 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. The following addendum to 52.212-5 apples: 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) QUOTES DUE & CONTACT(S) Quotes are due by 5:00 PM PST on August 22, 2016. Submit via email to jwahl@usbr.gov. Include in the subject line: R16PS01203 DC Ramp Test Set. Contact Lynn Wahl, Contract Specialist, via email at jwahl@usbr.gov for information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76851d08d7207ba07153b2f071339456)
- Record
- SN04227546-W 20160819/160817234542-76851d08d7207ba07153b2f071339456 (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 |