Washington Bids > Bid Detail

CJD RTU Inverter Replacement

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159011669361212
Posted Date: Dec 7, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/dc2dda553b...
Follow
CJD RTU Inverter Replacement
Active
Contract Opportunity
Notice ID
W912DW24Q0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 07, 2023 01:34 pm PST
  • Original Response Date: Dec 22, 2023 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5999 - MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Bridgeport , WA 98813
    USA
Description

This is a SOURCES SOUGHT ANNOUNCEMENT and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action is for supplies with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information.

Responses to this Sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 335999, PSC code 5999, and Small Business Size Standard 600 employees. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement.





REQUIREMENTS: Interested firms should submit the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and DUNS number. 3. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business).

PRODUCT DETAILS:



MATERAILS REQUIRED: Materials will be inspected at the delivery point prior to acceptance. Contractor shall be responsible for maintaining the product’s condition as specified until the point of acceptance. Vendors shall supply the following items in the sizes and quantities specified to satisfy the requirements of this contract. New equipment only; no remanufactured or “gray market” items. All items must be covered by manufacturer’s warranty.





DELIVERY LOCATION:



US Army Corps of Engineers



Chief Joseph Dam



Highway 17 and Pearl Hill Rd



Bridgeport, WA 98813-1120



Note: All items shall be delivered FOB destination to Chief Joseph Dam within 150 days of contract award.



Contractor shall supply nine (9) inverters to the specification below. All nine inverters shall be identical in make and model to each other.



INVERTER SPECIFICATIONS:



DC Input:



Voltage: 125VDC Nominal



Low Voltage Cutoff: 105-110VDC



High Voltage Cutoff: 140-150VDC



DC Low Voltage Reset: 115VDC



Current: 34-40A DC



AC Line Input:



Voltage: 105-135 VAC, 120VAC Nominal



Frequency: 58.5 – 61.5 Hz, 60 Hz Nominal



Current: 25-30A AC



Output:



Voltage: 120VAC



Frequency: 60Hz



Current: 25-30A AC Maximum



Front Panel Display:



Display shows at a minimum Model Number, Serial Number, KVA, Voltage, Amperage, Hertz, Date and Time



Display has detailed indications showing critical information to the user, such as normal and abnormal conditions, faults, and troubleshooting information for the inverter.



Temperature:



Operating: 0 to 40 degrees C



Humidity:



0 to 95% with no condensation



Footprint mounting:



25.5” x 23.5” for installation on existing metal I-beams



Inverter need to be ruggedized for harsh environment applications against shock, vibration, and humidity.



All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement.

Submit responses to: Scott Houts, Contract Specialist, via email at michael.s.houts@usace.army.mil. Responses should be sent as soon as possible, but no later than 10:00 AM PST, 22 December 2023.





Small Business Program Inquiries:

Enshane’ Nomoto

Enshane.Nomoto@usace.army.mil

https://www.nws.usace.army.mil/Business-With-Us/Small-Business/

All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2023 01:34 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >