SOLICITATION NOTICE
61 -- Battery Load Tester
- Notice Date
- 5/27/2020 9:12:34 AM
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P520Q0034
- Response Due
- 6/1/2020 11:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- FannieM. Robertson, Phone: 6157367986
- E-Mail Address
-
Fannie.M.Robertson@usace.army.mil
(Fannie.M.Robertson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Purpose: This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. Synopsis: �PROJECT DESCRIPTION: The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a firm fixed price supply contract for battery capacity test set to conduct battery performance (capacity) testing at each of our nine hydro power plants. Battery performance testing is required by NERC PRC-005-06 (tables 1-4(a) and 1-4(b)), and EC 1130-2-218 Hydropower Maintenance Standards (appendix F), and conducted in accordance with IEEE Standard 450-2010 (7.5) or IEEE Standard 1188a-2005 (7.5). The equipment may not be manufactured in China, in accordance with FAR regulations. Contractors quoting on this solicitation shall provide all data sheets and catalog cuts.� The Contractor shall provide the following equipment, along with auxiliary equipment, report generating software and operational manual.� The Contractor shall provide the brand name specified or approved equal.� To be considered equal, alternate equipment proposed shall meet the salient characteristics listed in the attached specifications.� The Contractor shall submit catalog cut / documentation with their price quote.� If an alternate is proposed, the Government shall make the comparison to verify that it is equal to the model number specified and that it can meet the salient characteristics.� Information provided in the catalog cut documents shall be complete and of the level of detail to allow the Government to make the comparison.� The Contractor shall not deliver equipment prior to the Government's approval. The following equipment shall be provided (Brand Name or Equal)� Battery capacity test set (Megger Torkel 930 with accessories: CS-19390)� Auxiliary resistor bank (Megger TXL870 Utility: BS-59007) Extension cable set (Megger: GA-00552) Battery string potential sensing leads (Megger: GA-00210)����������� Individual cell potential sensing leads (Megger BVM600: CJ-59096)������� � The following salient characteristics are necessary and unique to the Battery Capacity test set: Must be able to conduct a test which meets the requirements of both IEEE Standard 450-2010 (7.5) and IEEE Standard 1188a-2005 (7.5) Acceptable dimensions for portability in a light duty pickup truck Must� have ability to trigger external alarm device Must have ability to sense and record battery string voltage at battery terminals with an impedance greater than 1 M? Must weigh less than 50 pounds Must be able to store no less than 25 tests in internal memory Must have protective case or cover Must have USB connectivity Must be able to hold constant current of 215 amps Must be able to test batteries of 130V Must be able to sense, display and record individual cell voltages with the use of sensing leads Must be able to sense, display and record battery string voltage with the use of battery string potential leads Must have the ability to create and store customizable test profiles for different battery types and manufacturers as well as different duration Must have ability to create customizable reports in which can be exported to pdf format from data collected, to include: test site information, environmental conditions, string and cell voltage throughout the test, duration of test, current draw through test Must be able to automatically stop the test if an individual cell or the battery string voltage falls below a predetermined and customizable voltage The following salient characteristics are necessary and unique to the auxiliary resistor: Must be able to hold constant current of 105 amps Must be able to test batteries of 130V Must be able to be controlled by the battery capacity test set � The following salient characteristics are necessary and unique to the extension cables: Must be at least 5 meters long The following salient characteristics are necessary and unique to battery string potential sensing leads: Must be able to sense voltages up to 130V � The following salient characteristics are necessary and unique to individual cell potential sensing leads: Battery capacity test set must be able to sense, display and record cell voltages sensing leads Must come with clips that can be removed and exchanged for different styles of standard banana plug connectors All sensing leads must be able to be connected in any battery test position Battery capacity test set must be able to automatically sense the number of cells under test and provides sequential identification of each cell in the battery Must have case or bin for storage and transport � The Contractor shall provide the necessary plant, labor, materials, equipment, and transportation. The plans and technical specifications will be included in solicitation announcement, W912P520Q0034. The solicitation is expected to be released on or around June 01, 2020. All deliveries will be completed within eight weeks of contract being awarded and shall be scheduled Monday through Thursday 7:00 AM to 4:00 PM Central Standard Time. NAICS CODE: 334515 SBA SIZE STANDARD: 750 Employees TYPE OF SET-ASIDE: Total Small Business Set-aside � FSC: 6140 SOLICITATION AND CONTRACT TYPE: It is anticipated that from the Request for Quote Solicitation, the Government will award one Firm-Fixed Price Commercial Supply Contract. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM website, www.beta.sam.gov. It is, and will continue to be, the responsibility of all potential offerors to monitor the beta.sam.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9b18845f29b6426aab0b9a6c16b09024/view)
- Place of Performance
- Address: Hendersonville, TN 37075, USA
- Zip Code: 37075
- Country: USA
- Zip Code: 37075
- Record
- SN05672029-F 20200529/200527230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |