Federal Bid

Last Updated on 27 May 2016 at 8 AM
Sources Sought
Monument Kansas

HLD - Power Transformer

Solicitation ID W912EF-16-R-SS50
Posted Date 29 Apr 2016 at 4 PM
Archive Date 27 May 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Monument Kansas United states
Contracting Office: US Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla WA 99362.

Subject: Sources Sought to furnish one (1) 13.8kV Class 1 temporary power transformer for the U.S. Army Corps of Engineers, Walla Walla District, at Ice harbor Lock and Dam, Burbank Washington.

Point of Contact: Andrew Sprys, Contract Specialist, 509-527-7232, [email protected]

The NAICS code for this requirement is 334416 Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing, contractors with a size category of 500 Employees.

Description of the Requirement:

The Contractor shall furnish a new, refurbished or reconditioned liquid-filled power transformer, as specified herein.

1.0 SCOPE OF WORK

a) Cooling Class: ONAN, ONAF, ONAN/ONAF, KNAN, KNAF or KNAN/KNAF
b) kVA rating: 5000
c) Phases: 3
d) Frequency: 60 Hz
e) Degree Rise: 55 C continuous
f) Voltage rating: 13800 - 4160/2400
g) Impedance volts: a minimum of 5.8 at 5000kVA
h) Liquid: ester oil or mineral oil - no PCBs permitted
i) High Voltage (HV) windings: 13800 Delta (D)
j) HV windings BIL: 95-110 kV
k) Low Voltage (LV) windings: 4160Y/2400
l) LV windings BIL: 60-75 kV
m) HV Conductor: Aluminum or copper
n) LV Conductor: Aluminum or copper
o) De-energized Load Tap Changer (DETC) from 13200 to 14400 in at least five (5) equal steps
p) Auto Load Tap Changer (LTC) on 4160V side: taps from 3744 to 4576 in equal steps
q) HV Bushings: Quantity = 3, BIL: 95-110 kV
r) LV Bushings: Quantity = 3, BIL: 60-75 kV
s) Neutral bushing for Low Voltage: Quantity = 1, BIL: 60-75 kV
t) Termination: ATC (Air Terminal Chamber) - optional
u) Dimensions, not to exceed: 138.5 inches in length, 120 inches in width and 157.75 inches in height
v) Weight, with oil, not to exceed: 42150 lbs.
w) Accessories:
i. Upper filter press connection
ii. Pressure-vacuum gauge
iii. Pressure relief device
iv. Liquid-Temperature indicator
v. Magnetic Liquid-Level gage
vi. Drain and sample valve
vii. Winding temperature Indicator
viii. Auxiliary control cabinet

2.0 TRANSFORMER TESTS

The Contractor shall submit factory test results of the proposed transformer with the Offer. Government personnel will conduct post-delivery tests to validate the factory test results within 14 calendar days of installation of the transformer. In order for the transformer to be accepted by the Government, the post-delivery tests shall be within the acceptable ranges as specified below. The Contractor shall be responsible for damages associated with transit and delivery of the transformer resulting in any failed post-delivery tests.

a) Winding Resistance shall be within 5 percent of factory test results
b) Turns Ratio shall be within 5 percent of factory test results
c) Insulation Resistance shall be within 5 percent of factory test results
d) Overall Power Factor shall be less than 0.5 percent of factory test results

3.0 SUBMITTALS

Submit the following for engineer approval with the Offer:

a) Nameplate drawing
b) Outline drawing(s)
c) Connection diagram
d) Control diagram
e) Warranty information
f) Manufacturer's O&M Manual, including installation
g) Factory test results indicating completion of all routine power transformer tests required by IEEE C57.12.00 (2010), Table 18 for Class I power transformers (if the offered transformer includes a load-tap-changer assembly, perform the additional tests required in IEEE C57.12.00 (2010), clause 8.3)


This is not a solicitation. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.

Interested parties that respond to this sources sought announcement should submit the following information:

(1) Your intent to submit a quote for this project when it is formally advertised

(2) Name of firm with address, phone and point of contact.

(3) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information

(4) The category of small business, such as 8(a), HUBZONE, or SDVOSB etc.

(5) Statement of Capability stating your certifications, skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in working with similar systems, up to three (3) past projects for which your firm was the prime contractor.

Interested parties should submit their responses to Andrew Sprys, Contract Specialist, via email to [email protected]. Your response to this notice must be received by 10:00 AM PST, May 13, 2016.

 

 

Bid Protests Not Available

Similar Past Bids

Monument Kansas 11 Apr 2017 at 6 PM
Monument Kansas 31 Mar 2016 at 6 PM
Monument Kansas 27 Dec 2017 at 11 PM
Monument Kansas 23 Jul 2019 at 4 PM
Monument Kansas 30 May 2019 at 8 PM