SOLICITATION NOTICE
59 -- Relay Upgrade Components (SUPPLY), Roza Switchyard Powerplant, Yakima, Washington
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- 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
- 140R1018Q0064
- Archive Date
- 8/25/2018
- Point of Contact
- Amanda Somerville, Phone: 208-378-5224
- E-Mail Address
-
asomerville@usbr.gov
(asomerville@usbr.gov)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation document, number 140R1018Q0064, and incorporate provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1 dated July 16, 2018. This Request for Quotes is issued pursuant to Part 12 and Part 13 of the Federal Acquisition Regulations. Quotes are due on August 10, 2018. This RFQ is available full and open competition with no set-aside restrictions. The applicable North American Industry Classification System (NAICS) Code is 335314 and the associated Small Business Size Standard is 750 employees. All items shall be delivered FOB Destination, within 6 weeks of award to: Bureau of Reclamation, CCAO, Yakima Field Office, 1917 Marsh Road, Yakima, Washington, 98901-2058. Reclamation will consider all responsible sources who submit a timely quote that conforms to the solicitation. Prospective offerors may submit quotes electronically only through FedBizOpps, FedConnect, or email to the Contract Specialist at ASomerville@usbr.gov by August 10, 2018. Offerors are advised to include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Any contractor interested in doing business with the Federal Government must register in the System for Award Management database prior to award of a contract or agreement. SAM is a Federal Government owned and operated FREE website at www.SAM.gov. All invoices for this procurement must be submitted through the Department of Treasury's Internet Payment Platform located at www.IPP.gov. CLIN 00010 SEL-487B P/N 0487B1X6X52XXXXE37PXXXX - Bus Current Differential Protection Relay: Microprocessor based relay with self-checking capability which shall provide a combination of functions including protection, monitoring, control and automation. Brand name or equal shall have the following active protective functions and functional characteristics: 87 - Shall include six low-impedance current differential elements Shall accept CTs from different classes and a ratio mismatch of 10:1. Measuring quantities shall be on a phase-segregated basis and not from summation CTs Shall include both instantaneous and time-overcurrent elements for each of the 21 current inputs 125/250 VDC Panel Mountable CLIN 00020 SEL-351 035154C4E54XX1 - Protection System Relays: Microprocessor based relays with self-checking capability which shall provide a combination of functions including protection, monitoring, control and automation. Brand name or equal shall have the following active protective functions and functional characteristics. 27 - Undervoltage Protection: Relay shall incorporate over- and undervoltage elements for protection and control 50/51/67 - Overcurrent Fault Protection: Relay shall incorporate phase, residual-ground, and negative-sequence overcurrent elements. For added security, directional elements, load-encroachment logic, and torque control capability (internal and external) shall be provided 59 - Phase, phase-to-phase, positive-sequence, negative-sequence, and residual overvoltage elements; and synchronism-check voltage input overvoltage elements 50BF - Breaker Failure: Relay shall incorporate breaker failure logic for three-pole tripping. Retrip logic shall be provided. Dropout time of the current detection circuit shall be less than 1 cycle, even in cases with residual dc current in the CT secondary Panel Mountable 125/250 VDC CLIN 00030 SEL-311C P/N 0311C103H4E54X1 - Transmission Line Protection Relays: Microprocessor based relay with self-checking capability which shall provide a combination of functions including protection, monitoring, control and automation. Brand name or equal shall have the following active protective functions and functional characteristics: 21 -Distance Protection: Phase Fault: Relay shall incorporate four zones of mho distance protection for detection of phase faults. Two zones shall be settable for either forward or reverse direction. Both positive-sequence memory polarized and compensator-distance phase distance elements shall be available CCVT Transient Blocking: Relay shall detect CCVT transients and block the operation of overreaching Zone 1 distance elements Out-of-Step Characteristics: Relay shall detect stable and unstable power swings. User settings shall determine whether the relay trips or blocks tripping Ground Fault Distance Protection: Relay shall incorporate four zones of mho distance and four zones of quadrilateral distance protection for ground fault protection. Two zones of each type shall be selectable for either the forward or reverse direction 25 - Synchronizing Check: Relay shall include two synchronism-check elements with separate maximum angle settings (e.g., one for autoreclosing and one for manual closing). The synchronism-check function shall compensate for breaker close time and constant phase angle differences between the two voltage sources used for synchronism check (phase angle differences settable in 30-degree increments) 27 - Undervoltage Protection: Relay shall incorporate over- and undervoltage elements for protection and control 50/51/67 - Overcurrent Fault Protection: Relay shall incorporate phase, residual-ground, and negative-sequence overcurrent elements. For added security, directional elements, load-encroachment logic, and torque control capability (internal and external) shall be provided 79 - Breaker Auto-reclosing Control: Relay shall incorporate a four shot recloser with four independently set open time intervals. Independently set reset times from reclose cycle and from lockout shall be available 50BF - Breaker Failure: Relay shall incorporate breaker failure logic for three-pole tripping. Retrip logic shall be provided. Dropout time of the current detection circuit shall be less than 1 cycle, even in cases with residual dc current in the CT secondary Panel Mountable 125/250 VDC CLIN 00040 SEL-387 0387504X53XX4XX - Current Differential and Overcurrent Protection Relay: Microprocessor based relays with self-checking capability which shall provide a combination of functions including protection, monitoring, control and automation. Brand name or equal shall have the following active protective functions and functional characteristics. 87 - Shall include three low-impedance current differential elements Shall accept CTs from different classes and a ratio mismatch of 10:1. Measuring quantities shall be on a phase-segregated basis and not from summation CTs Shall include both instantaneous and time-overcurrent elements for each of the current inputs Panel Mountable 125/250 VDC CLIN 00050 SEL-3555 3555#JN7K - Real-Time Automation Controller: Microprocessor automation platform with embedded real-time operating system and secure communications framework with PLC programmability. Shall have the ability to serve as a protocol gateway, RTU, logic processor, PAC, engineering port server, event processor, and system-wide SER logger/viewer. Brand name or equal shall have the following functional characteristics: Redundant power supply that are hot-swappable. Shall comply with NERC/CIP user authentication, logging, and port control requirements. Shall interface with SEL protective relays Panel Mountable 125/250 VDC Communication port: SFP 100BASE-FX (1310nm, multimode, 2km) CLIN 00060 SEL-2242 2242R1X0 - Chassis/Backplane Backplane for SEL 2244-2 and SEL 2243 CLIN 00070 SEL-2244-2 22442424X0 - Digital Input Module: fully integrated, modular input/output (I/O) and control solution ideally suited for utility and industrial applications. It combines the communications, built-in security, and IEC 61131 logic engine of the SEL Real-Time Automation Controller (RTAC) family with a durable suite of I/O modules that provide high-speed, deterministic control performance over an EtherCAT network. Brand name or equal shall have: Modular input/output for field devices Built in Security Ability to communicate with SEL RTAC CLIN 00080 SEL-2243 224312X0 - Power Coupler Power supply for SEL-2242 CLIN 00090 SEL 91610054 - HMI Touchscreen monitor. Brand name or equal shall have the following functional characteristics: Touchscreen Ability to communicate with SEL-35555 125VDC Power Supply CLIN 00100 SEL-2404 24041443X - Satellite-Synchronized Clock: High accuracy satellite clock for use in relay event coordination. Brand name or equal shall have the following functional characteristics: Meets or exceeds IEEE C37.90 and IEC 60255 protective relay standards. Large LED time display. CLIN 00110 ABB-FT1 P/N C991AT03G01 - Test Switches for use in connection of power and analog signals to protective relays for the purpose of in-service testing of equipment. Brand name or equal shall have the following functional characteristics: Clear Cover Cover cannot be installed with switch in open position Open CT protection blades CLIN 00120 ABB-FT1 P/N P P P P P P P P V V - Test Switches for use in connection of power and analog signals to protective relays for the purpose of in-service testing of equipment. Brand name or equal shall have the following functional characteristics: Clear Cover Cover can be installed with switch in open position CLIN 00130 ABB-FT1 P/N C-C R-R 7-7 C-C R-R - Test Switches for use in connection of power and analog signals to protective relays for the purpose of in-service testing of equipment. Brand name or equal shall have the following functional characteristics Clear Cover Cover can be installed with switch in open position Open CT protection blades The following provisions and clauses apply to this acquisition, and are incorporated by reference: 52.211-6, Brand Name or Equal (AUG 1999); 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017); 52.212-3, Offeror Representations and Certifications-Commercial Items. (NOV 2017); 52.212-4, Contract Terms and Conditions--Commercial Items (JAN 2017); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.242-15, Stop-Work Order (AUG 1998); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2018) to include: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015), 52.222-3, Convict Labor (JUN 2003), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), 52.222-50, Combating Trafficking in Persons (MAR2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013); and 1452.215-71, Use and Disclosure of Proposal Information (APR 1984). The following provisions and clauses apply to this acquisition, and are incorporated by full text: DOI-AAAP-0028 v03 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP). (APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Company Standard Invoice The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at ASomerville@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. WBR 1452.222-80 Notice of Applicability - Cooperation with Authorities and Remedies - Child Labor. (JAN 2004) (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in - (1) Canada, and the anticipated value of the acquisition is $175,000 or more; and (2) Israel, and the anticipated value of the acquisition is $175,000 or more. (b) Nonapplicability thresholds for other countries are the same as listed in the FAR clause. WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation. (MAY 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. 52.212-2 Evaluation-Commercial Items. (OCT 2014) (a) Award will be made to the responsible offeror submitting the most advantageous price whose offer conforms to the solicitation requirements. All prices will be evaluated for price reasonableness and any incidents of unbalanced pricing. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. For further information about the requirement, offerors should contact Mandy Somerville 208-378-5224 or at ASomerville@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/73b155113e867b5b27e76101521ffa0e)
- Place of Performance
- Address: Roza Powerplant (Yakima County), Yakima, Oregon, 97741, United States
- Zip Code: 97741
- Zip Code: 97741
- Record
- SN05015537-W 20180803/180801231322-73b155113e867b5b27e76101521ffa0e (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 |