This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.
Proposed Project:
The Bureau of Reclamation (Reclamation), Lower Colorado Basin, Yuma Area Office has a requirement for the purchase and delivery of Schneider Square D Model 6 Motor Control Centers (MCC), Modules and Display Panels for MCC to be delivered to the Yuma Area Office, Yuma AZ, 85364. Reclamation is considering satisfying this requirement with a firm-fixed price contract. Below are the specifications for the MCC & Modules:
Motor Control Center (MCC) Estimated Qty - 4
1. Square D Model 6 MCC (Motor Control Center) by Schneider
a. 800 amps MJ 480/277V 3 pole main 65kAIC with 2X-10X instantaneous setting
b. 65kA withstand rating
c. Incoming section fed from bottom
d. Outgoing motor feeders and power feeders from bottom
e. Incoming section at left
f. Hardwire control
g. 600 VAC
h. NEMA Type 3R with IR viewing windows
i. Provide Nameplates
j. Provide mimic bus in phonelic plate
k. Double barrel main lugs and lugs for the soft starter, 600MCM for the main and 500MCM for the starter
l. Modules for MCC
i. Combination Altistart 48 Soft Start (bypass included)
1. 400 type
2. C59 series starter frame
ii. Power Logic Power meter
1. PM870 (type)
2. PM8M2222 (I/O device)
3. CT included for the device
iii. 3 Thermal-Magnetic Case Circuit breaker
1. 2 - 60 amp & 1 20 amp (150 amp frame)
2. 480 VAC
3. HG, stand alone rated at (35kA)
iv. 240VAC Fusible Single Phase Transformer
1. 15 kVA
v. Distribution Panel board
1. 1-phase Type NQ bolt on
2. 18 spaces
3. 4 - 240 VAC 30 amp breakers (2EA 2-Pole 240V)
4. 6 - 120 VAC 20 amp breakers (10EA 1-pole 120V)
m. Infrared (IR) Window
2. Power Logic PM8000 - PM8244 DIN
a. Rail mount meter and remote display
b. Type of Measurements
i. Current
ii. Voltage
iii. Frequency
iv. Active and reactive power total
v. Apparent power total
vi. Power factor total
vii. Active and reactive power per phase, rms
viii. Apparent power per phase, rms
ix. Power factor per phase, rms
c. Remote LCD display
d. Info Displayed
i. Voltage
ii. Current
iii. Frequency
iv. Power
v. Energy consumption
vi. Harmonic distortion
e. Data Recording
i. Sequence of event recording
ii. Event logs
iii. Min/max of instantaneous values
iv. Harmonics logs
v. Alarm logs
vi. GPS synchronisation
vii. Waveform logs
viii. Data logs
ix. Time stamping
x. Trending/forecasting
xi. Sag and swell logs
f. Communication Port Protocol
i. Modbus RTU 115 kbauds - 2-wire
ii. ION 115 kbauds - 2-wire
iii. DNP3
iv. IEC 61850
v. Modbus TCP/IP
vi. Ethernet Modbus TCP/IP daisy chain 10/100 Mbit/s
vii. RSTP 801.1d 2004
The applicable North American Industry Classification System (NAICS) Code 335314, Relay and Industrial Control Manufacturing with a corresponding small business size standard of 750 employees.
Interested firms must submit the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Entity ID Number (Formerly the DUNS Number)
5. Statement as whether the firm manufacturers the end product or not.
6. Identify if the product is American made or not.
7. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
8. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the company's capability to perform the work. Previous procurements performed of similar size and complexity to include references with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items.
All responses must be submitted via email no later than 12:00 Noon Pacific Time, February 23, 2023. Email address: kberry@usbr.gov. Include the reference number (140R3023Q0010) in the subject line.
When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.