|
COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1999 PSA#2393NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 J -- REHABILITATION OF THE ELECTRONIC SYNCHRONOUS MOTOR STARTING
SYSTEM (ESMSS) SOL RFP3-130623 POC Erick N. Lupson, Contracting
Officer, Phone (216) 433-6538, Fax (216) 433-5489, Email
Erick.N.Lupson@grc.nasa.gov WEB: Click here for the latest information
about this notice, http://nais.nasa.gov/EPS/GRC/date.html#RFP3-130623.
E-MAIL: Erick N. Lupson, Erick.N.Lupson@grc.nasa.gov. NASA/GRC plans to
issue an Request for Proposal (RFP) for Rehabilitation Of The
Electronic Synchronous Motor Starting System (ESMSS) CONSTRUCTION
PROCUREMENT. The work to be performed shall consists of a
Design/fabricate/Install project providing the engineering, labor,
equipment, materials, and installation for a new microprocessor based,
solid state electronic synchronous motor starting system (ESMSS) to
co-exist with the existing variable frequency motor generators that are
currently in the building. The system shall include all necessary
auxiliary systems, controls, switchgear, software and modifications to
the existing system. The project consists of; 1) Design and Fabricate
and Installation of ESMSS and 2)Option 1, for Design and Fabricate and
installation of a second identical unit ESMSS 1. The design shall be
performed using METRIC UNITS. The contractor shall provide all
services, labor, materials and equipment necessary to Fabricate,
Furnish, and install a new Electronic Synchronous Motor Start System
(ESMSS). The new starting system shall interface with the following
existing systems; 1) SMACS, 2) Magnetek Solid State Excitation System.
The Design shall consist of providing field investigation, engineering
and detailed final design services, final operations and maintenance
manuals, drawings, calculations, hardware submittals, and equipment
specifications. A schedule, implementation plan, harmonics analysis,
and test plan shall be prepared for each separate task. The project is
to provide a new variable frequency starting system for The Central
Air Equipment Building (CAEB). The new starting system shall increase
operation, energy and maintenance efficiency. The new system shall
increase operation efficiency by 50% (minimum) and energy efficiency by
20% (minimum). Maintenance efficiency is immediately expected to be
reduced and many auxiliary systems and moving parts. The new system
shall co-exist and integral with the existing variable frequency motor
generators that are currently in the building. The new installation
shall include all necessary auxiliary systems, software and
modifications to the existing system. A new STATE-OF-THE-ART
microprocessor controlled, electronic synchronous motor start system
shall use solid state silicon controlled rectifier (SRC) or power
transistor technology. The system shall be installed to provide optimum
control, start time, high efficiency, increase reliability and minimize
maintenance. OPTION 1; the contractor shall supply the
design/fabrication/installation of an identical second unit (ESMSS 1)
to parallel the other existing variable frequency motor generator (VFMG
1). Work shall include the relocation of an existing 15KV switchgear
air compressor and VFMG 1 exciter. All requirements in the Statement Of
Work (SOW) shall apply to both the base contract and Option One (1).
All responsible sources may submit a proposal which shall be considered
by the agency. FIXED PRICE CONTRACT is contemplated. Construction
Estimate is between $1,000,000 and $5,000,000. Solicitation forms will
be made available as soon as opening date is established. Option may
be part of the Construction package for additional work. Request for
copies of this proposed procurement should be received as soon as
possible in order to facilitate mailing of same to the extent copies
are available directly to the inquirer at time of issuance. An
Ombudsman has been appointed -- See Note "B". The firm date for receipt
of proposals will be stated in the RFP. Drawings will be available from
a Local Blueprinting Company that will be stated in the RFP. All
responsible qualified sources may submit a proposal which shall be
considered by the agency. The solicitation and any documents related to
this procurement [with the exception of specifications and drawings]
will be available over the Internet. These documents will be in
Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format
and will reside on a World-Wide Web (WWW) server, which may be
accessed using a WWW browser application. The Internet site, or URL,
for the NASA/GRC Business Opportunities page is
http://procurement.nasa.gov/EPS/GRC/class.html [REPLACE "GRC" IN BOTH
PLACES WITH THE GRC'S ABBREVIATION] Prospective offerors shall notify
this office of their intent to submit an offer. It is the offeror's
responsibility to monitor the Internet site for the release of the
solicitation and amendments (if any). Potential offerors will be
responsible for downloading their own copy of the solicitation and
amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted
07/20/99 (D-SN356276). (0201) Loren Data Corp. http://www.ld.com (SYN# 0077 19990722\J-0023.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|