61--ALCOVA BATTERY SYSTEM REPLACEMENT
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 announce... 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 140R6023Q0020 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-02 Effective March 16, 2022. The NAICS: 335910 ¿ Alkaline cell storage batteries (i.e., nickel-cadmium, nickel-iron, silver oxide-zinc) manufacturing with an associated small business size standard of 1,250 employees. The Bureau of Reclamation in Alcova Wyoming requires the supply of compatible components for the 48VDC and 125VDC battery systems at the Alcova Power Plant. The contractor shall furnish all the batteries required as well as the storage enclosures for the batteries. The Bureau of Reclamation will install the batteries. The battery types and quantities are listed below. 1. Required Salient Characteristics a. Standard Equipment i. One 48VDC Battery Enclosure ii. One 125VDC Battery Enclosure iii. One 48VDC Battery Banks iv. One 125VDC Battery Bank v. One Safety Switch vi. One Heavy Duty Safety Switch vii. Two 48VDC (Volts of Direct Current) Replacement Chargers viii. Two 125VDC Replacement Chargers b. Additional Requirements/ i. Battery Enclosures 1. Rack a. Holds the NiCad Batteries b. Rated for Seismic Zone One c. Electrolyte resistive coating d. Two -step/two-tiered battery mounting 2. Spill Containment a. Leakproof b. Capable of containing the liquid content of the batteries c. Flame retardant Replaceable acid absorbing/neutralizing pillows 3. Hydrogen Detection System a. Detect Hydrogen level of 1% b. Turns on both the fan, exterior warning light, and an external alarm (125VDC, 5A) when 1% of Hydrogen is detected 4. Fan a. TEFC (Totally Enclosed Fan Cooled) motor b. Operated by the Hydrogen detection system c. Exhaust into the external duct system d. Grille and washable filter 5. Internal Lighting a. When the doors open, the light turns on. b. Intrinsically safe c. LED lighting d. Powered by an external source of 120VAC (Volt Alternating Current) 6. Enclosure a. NEMA Type 1 (National Electrical Manufacturer Association) b. Enclose batteries, battery rack, spill containment, Hydrogen detection System, and fan assemble and connect to exterior ductwork c. ANSI (American National Standards) 61 Gray Zinc die-cast handle with 3-point latching provision on the door d. Heavy-duty lifting eyes and eyebolts e. NEMA 1 grill and washable filter kit f. Floor stand kit g. Exterior light to indicate when dangerous levels of Hydrogen exist within the cabinet h. 48VDC Fits into 10¿W x 3¿D X 8¿H space i. 125VDC Fits into 19¿W x 6¿D x 8¿H space ii. Battery Banks 1. 48VDC a. NiCad batteries that are similar to ALCAD MB390P b. 41 Cells c. 390 Ah (Ampere-hours) d. 1.2VDC Nominal e. One positive and one negative post per cell. f. Cell vent cap act as flame arrestors. g. Cells have protective covers for terminals. h. Each cell must be able to supply a continuous load of 46 amperes for eight hours at 68°F i. Equip each cell with a lifting strap or device j. Provide inter-cell connection hardware, including all necessary equipment such as insulated inter-cell connector bars, nuts, bolts, and washers with a rounded edge. k. The terminal post must accept a two-hole lug with ½-inch bolt holes spaced at the 1.75-inch center to center for connection to the existing plant electrical system. l. Provide no-oxide grease to make all the battery bank connections. m. Provide labels to number cells. n. Provide safety data sheets (SDS) for the cell and electrolyte. o. Provide No-Oxide grease for making battery connections 2. 125VDC a. Ni-cad batteries that are similar to ALCAD MB415P b. 96 Cells c. 415 Ah d. 1.2VDC Nominal e. One positive and one negative post per cell. f. Cell vent cap act as flame arrestors. g. Cells have protective covers for terminals. h. Each cell must be able to supply a continuous load of 50 amperes for eight hours at 68°F. i. Equip each cell with a lifting strap or device j. Provide inter-cell connection hardware, including all necessary equipment such as insulated inter-cell connector bars, nuts, bolts, and washers with a rounded edge. k. The terminal post must accept a two-hole lug with ½-inch bolt holes spaced at the 1.75-inch center to center for connection to existing plant electrical system. l. Provide no-oxide grease to make all the battery bank connections. m. Provide labels to number cells. n. Provide safety data sheets (SDS) for the cell and electrolyte iii. Safety Switches 1. General Duty a. Fusible b. 60A, (AMP) c. two or three poles d. 120 VAC (Volt of Alternating Current) e. NEMA 1 f. Neutral factory installed 2. Heavy Duty a. Non-fusible b. 200A c. two or three poles d. 125VDC e. NEMA1 iv. Replacement Chargers 1. 48VDC a. General Specifications: similar to Hindel Power AT10 b. 5 Year Product Warranty c. The universal main control board operates in any AT Series charger d. Alarm assembly with local LEDs and summary relay contact for AC Failure, DC Failure, High Vdc, Low Vdc, Positive(+) and Negative(-) ground fault e. High DC voltage shutdown f. Forced load share during parallel operation g. Float/equalize selector switch with indicating lights h. Manual equalize timer (0-255 hr.) with indicating lights i. AC line failure automatic equalize timer (0-255 hr.) with indicating light j. AC On indicating light k. 1% Digital LED meter for Vdc, Adc, timer hours, and alarm settings l. AC input and DC output circuit breaker m. Membrane front panel n. Front panel controls can be disabled for security o. A redundant analog circuit for the LDCV alarm, independent of the microprocessor p. Redundant control loops for higher reliability q. Local or remote voltage sense with redundancy to protect against remote sense failure r. Self-diagnostics s. Input & output MOV surge suppressors t. Reverse polarity protection via free-wheeling diodes u. CU-AL I/O compression lugs v. Switchboard wire, UL VW(Vertical Wire)-1 w. Enclosure pre-treated using a 5-stage iron phosphate process with baked epoxy powder coating in ANSI 61 gray x. Safety and Acceptance y. Meets NEMA PE 5-1996, PE 5-1997 (R2003) specification z. NEMA-1/IP20 type standard enclosure aa. Environmental bb. Operating Ambient Temperature 0°F to 122°F (-18°C to 50°C) w/o derating cc. Operating Altitude 10,000 feet above sea level w/o derating dd. Relative Humidity 0% to 95% (without condensation) ee. Audible Noise Less than 65 dBA (a weighted decibel)at any point 5ft (1.5m) from any vertical surface of the enclosure ff. AC Input 208VAC, 10A, 1ø, 60Hz (Hertz) gg. DC Output hh. Voltage rating 48VDC nominal ii. Current rating 25A jj. Continuous rating 110% rated current at maximum equalize voltage at 50ºC kk. Current limit adjustment range from 50% to 110% rated output ll. Voltage Regulation ±0.25% for line, load, and temp. variations mm. Electric Noise 32dBrnc (deciBel Relative to Noise in a Circuit) nn. Ripple oo. Unfiltered on battery 1% Vrms (Voltage root-mean-square) pp. Filtered on battery 100mVrms qq. Filtered off battery 2% Vrms rr. Battery Eliminator 100mVrms ss. Surge withstand capability Meets IEEE-472 (Institute of Electrical and Electronics Engineers), ANSI C37.90a tt. DC output filtering: per NEMA PE5 1996, standard and battery eliminator uu. High AIC (Ampere Interrupting Capacity) Breakers vv. Auxiliary alarm relay board ww. Copper ground bus xx. AC lightning arrestor yy. Static proofing zz. Battery temperature compensation aaa. Floor mounting stand bbb. Barrier-type alarm terminal block ccc. Forced load share cable 2. 125VDC a. General Specifications: Similar to Hindel Power AT30 b. 5 Year Product Warranty c. A universal main control board d. Alarm assembly with local LEDs and summary relay contact for AC Failure, DC Failure, High Vdc, Low dc, Positive(+) and Negative(-) ground e. High DC voltage shutdown f. Forced load share during parallel operation g. Float/equalize selector switch with indicating lights h. Manual equalize timer (0-255 hr.) with indicating lights i. AC line failure automatic equalize timer (0-255 hr.) with indicating light j. AC On indicating light k. 1% Digital LED meter for Vdc(volts of direct current), Adc(analog -to-digital convert), timer hours, and alarm settings l. Six pulse rectification m. AC input and DC output circuit breakers n. Membrane front panel o. Front panel controls can be disabled for security p. A redundant analog circuit for LDCV alarm, independent of the microprocessor q. Redundant control loops for higher reliability r. Local or remote voltage sense with redundancy to protect against remote sense failure s. Self-diagnostics t. Input & output MOV surge suppressors u. Reverse polarity protection via free-wheeling diodes v. CU-AL I/O compression lugs w. Switchboard wire, UL VW-1 x. Enclosure pre-treated using a 5-stage iron phosphate process with baked epoxy powder coating in ANSI 61 gray y. Safety and Acceptance z. Meets NEMA PE 5-1996, PE 5-1997 (R2003) specification aa. NEMA-1/IP20 type standard enclosure bb. Environmental cc. Operating Ambient Temperature 0°F to 122°F (-18°C to 50°C) w/o derating dd. Operating Altitude 10,000 feet above sea level w/o derating ee. Relative Humidity 0% to 95% (without condensation) ff. Audible Noise Less than 65 dBA at any point 5ft (1.5m) from any vertical surface of the enclosure gg. AC Input 480VAC, 3ø, 60Hz hh. DC Output ii. Voltage rating 130VDC nominal jj. Current rating 100A kk. Continuous rating 110% rated current at maximum equalize voltage at 50ºC ll. Current limit adjustment ranges from 50% to 110% rated output mm. Voltage Regulation ±0.25% for line, load, and temp. variations nn. Electric Noise 32dBrnc oo. Ripple i. Unfiltered on battery 2% Vrms ii. Filtered on battery 100mVrms iii. Filtered off battery 2% Vrms iv. Battery Eliminator 100mVrms pp. Surge withstand capability Meets IEEE-472, ANSI C37.90a qq. Include these options rr. DC output filtering: per NEMA PE5 1996, standard and battery eliminator ss. High AIC Breakers tt. Auxiliary alarm relay board uu. Copper ground bus vv. AC lightning arrestor ww. Static proofing xx. Forced load share cable yy. Battery temp. compensation zz. Barrier-type alarm terminal block aaa. End of discharge alarm bbb. Battery discharge alarm ccc. Zero-center ground detection meter PRICING: Pricing shall include all costs, including delivery. A copy of this table will be attached to this announcement for administrative convenience. CLIN DESCRIPTION QTY UNIT AMOUNT 0010 48VDC Battery Enclosure 1 EA 0020 125VDC Battery Enclosure 1 EA 0030 48 VDC Battery Bank Cells 41 EA 0040 125VDC Battery Bank Cells 96 EA 0050 48VDC Safety Disconnect Switch 1 EA 0060 125VDC Safety Disconnect Switch 1 EA 0070 48VDC Battery Charger 2 EA 0080 125VDC Battery Charger 2 EA DELIVERY: Products are to be delivered freight on board-destination (FOB), between the hours of 8:00AM - 4:00PM Monday through Thursday to: Bureau of Reclamation-WYAO 205 Chamberlain Rd. Mills, WY 82644 a. Contact Larry Wood (lwood@usbr.gov) with time truck will be arriving at least three days before arrival. b. Batteries shall be packaged separately from the enclosures. c. Batteries shall be manufactured no more than 6 months prior to delivery. d. Deliveries shall not occur on federal holidays. Clauses and Provisions: The provision at 52.212-1, Instructions to Quoters-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term ¿quote¿ where the term ¿offer¿ appears in the provision. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ¿ Description of the batteries, chargers, and enclosures being quoted in sufficient detail to evaluate compliance with the stated specifications. Including any brochures and/or cut sheets to confirm the items meet the needs of the requirement. ¿ Standard Manufacturer warranty with stated terms, Part list (2 each) and operating manuals (2 each). ¿ Lead time for delivery after receipt of award. Award will be made to the contractor offering the best value to the government considering technical capability, response time for Delivery, past performance, and price. (b) 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 there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following Provisions Apply to the Solicitation Process of this Procurement: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). Any Provisions incorporated by Reference can be found in full text at: https://www.acquisition.gov/far and Department of the Interior Acquisition Regulation: https://www.acquisition.gov/diar 52.212-1 ¿ Instructions to Offerors ¿ Commercial Products and Commercial Services (MAR 2023) 52.204-7 ¿ System for Award Management (SAM) (OCT 2018) 52.204-16 ¿ Commercial and Government Entity Code Reporting (AUG 2020) 52.212-1 ¿ Instructions to Offerors ¿ Commercial Items (MAR 2023) 52.212-3 Offeror Representations and Certifications ¿ Commercial Products and Commercial Services (DEC 2022)- must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. DIAR 1452.215-71 Use and Disclosure of Proposal Information ¿ Department of the Interior (APR 1984) The Following Provision must be Completed by and Signed by the Submitting Entity with their quotation package. 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services¿Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision¿ Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to¿ (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to¿ (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services". (d) Representation. The Offeror represents that¿ (1) It [_] will, [_] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that¿ It [_] does, [_] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment¿ (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. Signed: _____________________________________________ Date: ______________ CLAUSES: The following Clauses Apply to the Solicitation and Any Subsequent Award for this Procurement: 52.252-2 - Clauses Incorporated by Reference (FEB 1998). Any Clauses incorporated by Reference can be found in full text at: https://www.acquisition.gov/far and Department of the Interior Acquisition Regulation: https://www.acquisition.gov/diar The clause at 52.212-4 - Contract Terms and Conditions-Commercial Items applies. The following addenda apply to this solicitation and the following selected clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿ Commercial Items, apply to this acquisition. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 - Protecting the Government¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.219-6 -Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 - Utilization of Small Business Concerns (OCT 2022) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (DEC 2022) 52.222-21 - Prohibition of Segregated Facilities (APR 2015) 52.222-26 - Equal Opportunity (SEP 2016) 52.222-35 - Equal Opportunity for Veterans (JUN 2020) 52.222-36 - Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 - Employment Reports on Veterans (JUN2020) 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50 - Combating Trafficking in Persons (NOV 2021) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 - Buy American-Supplies (OCT 2022) 52.225-13 - Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-29 - Terms for Financing of Purchases of Commercial Products and Commercial Services (NOV 2021) 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) DIAR 1452.201-70 Authorities and Delegations (SEP 2011) DOI-AAAP-0028 Electronic Invoicing and Payment Requirements ¿ Invoice Processing Platform (IPP)(APR 2013) DOI-AAAP-0050 Contractor Performance Assessment Reporting System (DEC 2015) WBR 1452.201-80 Contracting Officer¿s Representative¿s Authorities and Limitations ¿ Bureau of Reclamation (MAY 2018) Written, signed Quotes on a company letterhead with contact information are due no later than April 27, 2023 at 5:00 PM MDT by email to mparkison@usbr.gov These Quotes shall include the vendors submission of requirements for technical, past performance, and price (FAR 52.212-2 Please see highlighted in Green) as well as the attached spreadsheet for pricing convenience. A copy of Clause 52.204-24 (highlighted in Yellow) with the fill in completed and signed, as well as any other documentation the vendor determines would add value to the quotation and assist the government in determining a quotation is of the best value to the government. (a PDF of the full announcement will be attached to this announcement) and any other necessary documentation to the contracting officer listed above. For information or questions regarding this Request for Quotation, please contact the Contracting Specialist at 406-247-7822 or mparkison@usbr.gov
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »