Factory Refurbishment of Eaton 1200A to 2000A Circuit Breakers
Pre-solicitation Notice Factory Refurbishment of Eaton 1200A to 2000A Circuit Breakers W912BV19S0003 The proposed contract action is for services which the Government intends to solicit and negotiate ... Pre-solicitation Notice Factory Refurbishment of Eaton 1200A to 2000A Circuit Breakers W912BV19S0003 The proposed contract action is for services which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all information received no later than 2:00PM Central Time on Friday 12 July 2019 will be considered by the Government. Interested companies shall respond to this notice by providing the following information: 1. Company Name, 2. Address, 3. Point of Contact information with telephone number and email address, 4. Cage Code and 5. Capabilities information/statement showing that the company has the ability to fulfill the Government requirement as described herein. The contractor shall be able to comply with all requirements described herein to be considered capable. This notice of intent to award a sole source is NOT a request for competitive proposals. The NAICS code is 335313 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is 1,250 Employees. The Government requires factory authorized rebuilding or refurbishment of the 1200A to 2000A Eaton/Cutler-Hammer generator circuit breakers located at seven (7) powerhouses within the Tulsa District, US Army Corps of Engineers. The units in question were produced by Eaton Corporation, the work will provide a factory warranty on each unit and will provide updated circuit breakers at a reduced cost as compared to purchasing new units. All operations will be performed by the original equipment manufacturer and will include proprietary upgrades and system updates. The circuit breaker operating mechanism shall be restored to a "like new" condition. All of the circuit breakers to be refurbished qualify for Eaton's Factory Authorized Mechanism Enhancements (FAME) Program except for the 3000 Amp rated breakers at Broken Bow and the 63KA Short Circuit rated breakers at Keystone. All breakers that qualify for the FAME program shall be refurbished under the terms of the FAME program which shall include replacement of the main bearing block with a cast iron replacement, replacement of the main-link roller and cam with hardened units to extend the operational life of the components, and replacement of the charging motor cut-off cam to ensure positive initiation of the motor cut-off limit switch. The FAME program will increase the maintenance interval of the circuit breakers from 2,500 to 10,000 operations. The main vertical supports shall be replaced with stronger units with wider bolting flanges, cast iron bearing blocks, and the anti-reverse system on the mechanism shall be strengthened to improve reliability to a minimum of 10,000 operations. All breakers that are refurbished under the terms of the FAME Program shall be identified with a nameplate or placard that indicates the breaker has undergone the mechanism enhancements, and any documentation originally provided with the circuit breakers that must be modified as a result of the mechanism enhancements shall be provided by the Contractor when the breaker is returned to the plant of origin. For the breakers that do not qualify for the FAME program, all worn parts in the operating mechanism shall be replaced with new parts supplied by the breaker's original manufacturer and the mechanism shall be lubricated with synthetic molybdenum disulfide grease. The work shall include all costs to tear down the operating mechanism, replace all worn parts, reassemble the mechanism to original factory specifications, lubricate the mechanism per the manufacturer's instructions using synthetic lubricants, and testing of the circuit breaker to ensure proper performance after the refurbishment work is complete. The Contractor shall provide return shipping to the plant of origin. Testing shall include high potential testing of the breaker's main contacts upon completion of the work on the breaker operating mechanism to ensure no damage to vacuum integrity has occurred during the performance of the work. The enhancement of the FAME system uses the components of a 63 kA mechanism and a hardened closing cam to ensure longer life and reliability during all closing events. The main link roller incorporates a sealed aircraft bearing.. An enhanced motor cut-off cam is added to the mechanism to allow more positive initiation of the motor cut-off limit switch and prevent damage to the limit switch actuator arm. The lamination stack is replaced by a solid cam to eliminate the lamination spread and tightening of the mechanism shaft components. Enhanced support of the anti-reverse prop prevents being of the main prop bolt. The mechanism enhancements provide more durability to the mechanism. To main inside vertical suports are replaced with stronger ones with wider flanges to prevent vibration and flexing. Breakers refurbished to the FAME Program standards shall be suitable for a maintenance interval of 10,000 operations upon completion of the work. Breakers refurbished to Eaton's standard refurbishment practices shall be suitable for a maintenance interval of 2,500 operations minimum upon completion of the work. The Government intends to solicit and issue an award to Eaton Corporation for these services due to the proprietary nature of this product and the proprietary processes for refurbishment/repair of this product. RESPONSES TO THIS NOTICE SHALL BE emailed to Wyman.W.Walker@USACE.Army.mil and Douglas.D.Buffington@USACE.Army.mil. The subject line of the email shall begin with W912BV19S0003. NO fax or traditional mail submissions shall be accepted. This is NOT a request for proposals or quotations. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms intending to provide submittals must submit detailed information indicating their ability to meet the Government requirements. All responses must be received by 2:00PM Central Time on Friday 12 July 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »