Washington Bids > Bid Detail

CJD Inverter Replacement

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159789752123006
Posted Date: Jan 11, 2024
Due Date: Jan 24, 2024
Source: https://sam.gov/opp/0b3d84c2e7...
Follow
CJD Inverter Replacement
Active
Contract Opportunity
Notice ID
W912DW24Q0011
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: Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 10, 2024 04:51 pm PST
  • Original Date Offers Due: Jan 24, 2024 02:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • 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



Chief Joseph Dam RTU Inverter Replacement





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. No shipments are allowed other than normal business hours of Monday through Thursday 0700 – 1600, excluding federal holidays.





Contractor shall supply eight (8) inverters to the specification below. All eight inverters shall be identical in make and model to each other.



INVERTER SPECIFICATIONS:



5kVA Inverter 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: 30-50A AC





Output:





Voltage: 120VAC Frequency: 60Hz





Current: 30-50A AC Maximum





Pad-lockable Circuit Breakers for both DC input and Bypass circuits. Cable Entry for the inverter shall be from the bottom.



PCB Conformal Coating Fungus and Moisture Proof Front Panel Display:



Display shows at a minimum Model Number, Serial Number, KVA, Voltage (DC, AC, Bypass), Amperage (DC, AC, Bypass), 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.



Annunciation on the panel should contain the following (at a minimum): Bypass Source Failure



Bypass Supplying Load



Fan Failure – If manufacture recommends fan cooling. Inverter Failure



Low DC Voltage DC Breaker Open High DC Voltage



Ground Fault (with ability to disconnect if affecting plant ground fault detection) Overtemperature



Low AC Output Voltage High AC Output Voltage Fuse Blown



Overload Shutdown



Annunciation shall have a test alarm function.





Communications - Modbus TCP Humidity:



0 to 95% with no condensation





Inverters shall conform to UL 1778 and NEMA 250.





The inverters steady state output voltage regulation shall not change more than +/- 2 percent under any of the following conditions:






  1. 0-100 percent and 100-0 percent load change

  2. Minimum to maximum DC bus voltage





The harmonic distortion shall be less than 5 percent total harmonic distortion.





Overload Capability: The inverters shall, at a minimum, be capable of suppling loads up to 100 percent of the rated load continuously, 125 percent of the rated load for a minimum of 10 minutes without transfer to the bypass, 150 percent of the rated load for 1 minute without transfer to the bypass.





Over Temperature: Upon heat sink over temperature, the inverters shall automatically transfer the load to the bypass source. If the overtemperature occurs for more than 60 seconds, the DC/battery input breaker shall trip protecting the bridge from damage. Manual retransfer of the load onto the inverters shall be permitted only after the temperature returns to normal.





Cooling: The inverter shall be designed for ambient temperatures of 0 to 40 degrees Celsius, and forced air cooled if recommended by manufacture in those ambient temperatures.



Audible noise at 1.5 meters shall be less than 72 dBA





Each inverter efficiency shall be at least 85 percent at full load.





The inverters shall include a high-speed, static transfer switch. It shall provide an automatic transfer of the load to the bypass if any of the following conditions occur:






  1. The inverter bridge fails.

  2. The inverter overcurrent condition occurs.

  3. The inverter outputs an over/undervoltage +/- 10 percent for longer than 1 cycle.

  4. Low DC disconnect.

  5. The manual pushbutton is operated.





Inverters shall have a manual bypass switch.








    1. The manual bypass switch for each inverter shall be an integral part of the inverter that is a make-before-break switch used to bypass the inverter and static transfer switch for maintenance purposes.

    2. An indicator light shall be provided to indicate the following conditions (as a minimum):

      1. Bypass and normal source in-sync

      2. Bypass source available

      3. Normal source available



    3. There shall be a front cabinet accessible means for testing the indicating lights of each manual bypass switch.

    4. Each manual bypass switch shall have three (3) positions as follows:












      1. Normal – Load fed from inverter.

      2. Test – Load fed from bypass source through manual bypass switch.

      3. Bypass – Load fed from bypass source, completely isolating the manual bypass switch and the inverter.









Spare parts: At a minimum, provide two of each printed circuit board, spare fuses, spare fans, and provide spare consumables used for maintenance.





Footprint mounting shall not exceed 36” x 36”.





All software and licensing for inverters will be supplied.





Inverters will come with two complete sets of Operation and Maintenance Manuals as well as Drawings for troubleshooting.


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
  • Jan 10, 2024 04:51 pm PSTSolicitation (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 >