Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2024 SAM #8143
SOURCES SOUGHT

61 -- 61--RFI: Electrical equipment

Notice Date
3/12/2024 9:54:59 AM
 
Notice Type
Sources Sought
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
 
ZIP Code
84138
 
Solicitation Number
140R4024R0013
 
Response Due
3/27/2024 2:00:00 PM
 
Archive Date
04/11/2024
 
Point of Contact
Singer, Philoma, Phone: 505-324-5033, Fax: 5096333863
 
E-Mail Address
psinger@usbr.gov
(psinger@usbr.gov)
 
Description
Request for Information (RFI): Electrical equipment. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. The Government does not intend to pay for information received in response to this RFI. The NAICS code for this project is assumed as 335313 (apparent most compatible NAICS for main notice) Switchgear and Switchboard Apparatus Manufacturing; including three other six-digit subcategories which are 335311, 335312, and 335314. 335311 Power, Distribution and Specialty Transformer Manufacturing, Size Standard 800; 335312 Motor and Generator Manufacturing, Size Standard 1,250; 335313 Switchgear and Switchboard Apparatus Manufacturing, Size Standard 1,250; and 335314 Relay and Industrial Control Manufacturing, Size Standard 750. Background: The Navajo Gallup Water Supply Project (NGWSP) is a major infrastructure project that once constructed, will convey a reliable municipal and industrial water supply from the San Juan River to the eastern section of the Navajo Nation, southwestern portion of the Jicarilla Apache Nation, and the city of Gallup, New Mexico via 300 miles of pipeline, 19 pumping plants, and two water treatment plants. Objective: The U.S. Bureau of Reclamation, Upper Colorado (UC) Region, Four Corners Construction Office (FCCO), is Requesting for Information (RFI) to determine the availability of major electrical equipment and lead times for a contemplated time-sensitive construction project. Technical Characteristics: Below is a list of the major electrical equipment that is anticipated for this project. The ratings and quantity of equipment are estimations only and based off a 60% final design package. A. Medium Voltage Switchgear 1.) Service Entrance, outdoor, metal-clad switchgear 2.) 15kV Rated (for BIL purposes) 3.) Utilization Voltage 4.16kV, 800A (minimum) 4.) Main Breaker, 800A (Qty: 1) 5.) Feeder Breakers, 800A (Qty: 2) 6.) Protective Relays (two SEL-751A relays and one SEL-787 relay or equal) 7.) Potential Transformer 1 set for Input Breaker relay 8.) Current Transformers (1 set per breaker for protection) 9.) Surge arresters B. Medium Voltage Transformer 1.) 4.16kV to 277/480V, delta-wye 2.) 500kVA 3.) ONAN 4.) Insulating material: Ester fluid 5.) Outdoor Pad Mounted C. Medium Voltage Motor Control Equipment 1.) 5kV class, 800A minimum, indoor 2.) Power Monitor device for monitoring main feed including current transformer and potential transformer 3.) Seven compartments for 7 motor starters a. 200 Hp motor, Qty:1 b. 600 Hp motor, Qty: 6 4.) Each feeder compartment equipped with: a. Non-Load Break Disconnect Switch b. Reduced Voltage Soft Starter c. Power fuses d. Isolation Contactor, Bypass Contactor e. Motor Protective Relay (SEL-710 or equal) f. Control Power Transformer g. Independent 120V control power feed (Receptacle/Plug) for testing motor starter without 4160V supplied. h. Current Transformers (phase and ground) i. Power factor capacitor (may be in a separate cubical in the associated lineup.) D. Switchboard 1.) 480V, 800A, Main lug only 2.) Section 1: a. Main Breaker (800A) b. Power monitor c. Current transformers for differential protection 3.) Section 2: 480V, 225A panelboard 4.) Section 3: 480V, 400A panelboard 5.) Section 4: 480V, 400A Automatic Transfer Switch 6.) Section 5: 480V, 400A panelboard (fed from automatic transfer switch) E. Engine Generator 1.) 480V, 250kW 2.) Diesel with subbase fuel tank 3.) Sound attenuated enclosure Requested Information: 1.) What is the anticipated lead time for each piece of equipment listed? Please specify if the time frame is measured from approval of submittals to delivery to the site OR from award of contract to delivery to the site OR a different time frame? This site is located near Farmington, New Mexico. 2.) Are there any equipment or devices that are at risk of increased lead times due to supply chain issues or other issues? 3.) Describe any suggestions for reducing the lead time of equipment or devices in the equipment. If there are specialized or custom components that lead to longer lead times, please list these and provide suggested alternatives for us to consider. 4.) If equipment was procured through a supply contract and installed by a contractor under a separate contract, a. When would the standard warranty period start and stop? b. What are the options for extended warranty? c. What suggestions or testing would the manufacturer or contractor recommend for: i. Acceptance of the supply equipment? ii. Transfer from Government to the installing contractor? 5.) Describe your companies experience and success at navigating a stand-alone supply contract and a future installation contract. a. What contributed to a success project? b. What caused issues? Please include the following non-technical information: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business (if applicable); 4) Unique Entity Identifier (UEI) and/or CAGE Code; 5) Your contract vehicles that would be available to the Government for the procurement of the products to include General Service Administration (GSA), Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. (This information is for market research only and does not preclude your company from responding to this notice.) Submit To: Responses to this Request for Information should be received no later than 3:00 pm MT on March 27, 2024. Submit responses by email to the attention of Philoma Singer, Contract Specialist: Email � psinger@usbr.gov and Ashton Jones, Contracting Officer: Email � ajones@usbr.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7e132837b974d138c76b643f61ebde9/view)
 
Record
SN06994528-F 20240314/240312230054 (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 |
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.