The RFP Database
New business relationships start here

WY-BO BATTERY CHARGER


Wyoming, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

WY-BO BATTERY CHARGER

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 and attachments constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. Consider this solicitation (#140R6A19Q0016) as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 335911. The small business size is 1,250 employees. The resulting purchase order will be a firm-fixed price type contract.


Line Item #10 Battery Charger

Manufacturer: Hindle Power

Part Number: AT30130050F480MXMXAGLFS

1. AC Input Voltage 480
2. AC Input Voltage Tolerance B15%
3. AC Input Efficiency 85-90% typical for 130 Vdc @ 50-100% load
4. DC Output Voltage Rating 130 Vdc Nominal
5. Current rating 50A
6. DC output Current Limit adjustment range 505 to 110% of rated output
7. DC Output voltage regulation B10.25% for line, load, and temperature variations.
8. Electrical noise no more than 32dBrnc
9. DC output surge withstand capability meets IEEE-472, ANSI C37.90a
10. Operating temperature 0B0F to 122B0F
11. Operating altitude up to 10,000 feet without derating
12. Relative humidity 0% to 95% without condensation
13. Audible noise less than 65dBA a any point five feet from any vertical surface of enclosure
14. Approved by NRTL/C -UL 1012/UL156, Semic qualified, FCC
15. DC output ripple at 130 Vdc
a. Unfiltered on battery 2% Vrms
b. Filtered on battery 100m Vrms
c. Filtered off battery 2% Vrms
d.    Battery eliminator 100m Vrms
16. Options
a. Filtering
b. Battery eliminator
c. Medium AIC Breakers
d. Auxiliary alarm board
e. Copper ground bus
f. AC lighting arrestor
g. Fungus and static proofing
h. Battery temperature compensation
i. Barrier type alarm blocks
j. Wall Mounting bracket
k. 15' Forced load sharing cable

2    each @ $___________________ = _______________________

Delivery Date shall be on or before December 31, 2019

FOB Destination (Mills WY) do not list freight/shipping separately
    Delivery Address: Bureau of Reclamation
205 Chamberlain Road
Mills WY 82644

In accordance with the procedures in FAR Part 12 and 13, RFQ Number 140R6A19Q0016 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://fedconnect.net .

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price and technically acceptable.

The following provisions and clauses apply to this solicitation:

FEDERAL ACQUISITION REGULATIONS

1.    52.204-7 System for Award Management
2.    52.204-16 Commercial and Government Entity Code Reporting
3.    52.204-17 Ownership or Control of Offeror    
4.    52.204-18 Commercial and Government Entity Code Maintenance
5.    52.211-6 Brand Name or Equal
6.    52.212-1 Instructions to Offerors - Commercial Items    
7.    52.212-3 Offeror Representations and Certifications-Commercial Items    
8.    52.212-4 Contract Terms and Conditions - Commercial Items     
9.    52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items
a. Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.203-6, Restrictions on
Subcontractor Sales to the Government ALT I , 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards,
52.219-6 Notice of Total Small Business Set-Aside , 52.219-28, Post Award Small Business Program Representation, 52.222-3,
Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated
Facilities, 52.222-26, Equal Opportunity, 52.222-62, Paid Sick Leave Under Executive Order 13706, 52.223-18, Encouraging
Contractor Policies to Ban Text Messaging while Driving, 52.225-3 Buy American-Free Trade Agreements B? Israeli Trade Act ALT
I , 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor
Registration,
10. 52.232-39 Unenforceability of Unauthorized Obligations
11. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
12. 52.242-15 Stop work Order
13. 52.247-34 F.o.b. Destination

RECLAMATION ACQUISITION REGULATION
1. DOI - AAAP 0028 - Electronic Invoicing and Payment Requirements - Invoicing Processing Platform (IPP)
2. GP-4 Basis for Award
3. WBR 1452.222-80 Cooperation with Authorities and Remedies B? Child Labor B? Bureau of Reclamation
4. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation

Quotes are due no later than Tuesday, September 17, 2019 by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes by e-mail to tpittsley@usbr.gov or fax to 307- 261-5691.

NOTE: Effective August 1, 2012 any contractor to be awarded a government contract must be registered and active in System for Award Management (SAM). Contractors must register at www.sam.gov

Note: Contractor's must submit their Tax Identification Number and Data Universal Number with their offer

For further information about this requirement, offerors should contact Tonya A. Pittsley at tpittsley@usbr.gov or call at 307- 261-5631.

Pittsley, Tonya A

tpittsley@usbr.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP