Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

36--Trailer mounted Vacuum Oil Purifer System (Enervac Model E865A-600 or approved equal) with a PLC from Automation Direct(Brand Name only).

Solicitation Number: W912EF-09-R-SS13
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: U.S. Army Engineer District, Walla Walla
  • Print
:
W912EF-09-R-SS13
:
Sources Sought
:
Added: Feb 10, 2009 8:25 pm
This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of a market survey being conducted by the Walla Walla, Corps of Engineers to identify contractors that can supply a Transformer oil purifier with an Automation Direct PLC for the Control. However, this Sources Sought Synopsis will, in part, assist the USACE in determining set-aside potential.

Description:
Furnish one (1) new trailer mounted oil purifier system which shall be used for degasification, dehydration and filtration of TW6 transformer oil. All parts not specifically mentioned which are necessary, or which are regularly furnished in order to provide a complete functional unit, shall be furnished by the successful bidder at the bid price and shall conform in strength, quality of material, workmanship and sound engineering standards. The bidder shall bid the latest and most current model of this type of transformer oil purifier manufactured by the company, which the bidder represents and the transformer oil purifier shall be new and unused. The new transformer oil purifier system shall be an Enervac Model E865A-600 Vacuum Oil Purifier or approved equal.

The transformer oil purifier system shall have the following features:

The oil purifier shall operate electrically using 480V, 3 phase Delta supply, 60Hz drawing no greater than 60 amps. Circuit breakers shall be used to provide over-current protection. The system shall have a main circuit breaker that will provide over current protection for itself. The system shall have a one hundred (100) foot power cord attached. The cord shall be at least a minimum of #2 AWG SEOW. The cord shall have a 480V Cooper Crouse-Hinds APJ6475 plug installed on it or approved equal. The plug shall be NEMA 4 and rated for 60 amp service. The system shall be grounded through a grounding wire. The system shall have a fifty (50) foot retractable ground cable spool. The oil purifier shall process at least 600 gallons of oil per hour. Single pass performance at rated capacity (at least 600 GPH) shall clean oil containing 50 PPM total water content and fully saturated with air at 10% by volume. The oil shall be dehydrated and degasified at a minimum oil supply temperature of 35F (2C) and meet the following specifications.

Dielectric strength by ASTM Method D 877 shall not be less than 40 kV with new oil. Total soluble water content by ASTM Method D 1533 61 or D 1744 64 (Karl Fisher) shall be less than 5 PPM. Total gas content shall not be greater than 0.25% by ASTM Method D 831 63 or by Doble Gas Content Analyser ASTM D 2945 71.

The system shall be factory tested prior to training. The testing shall consist, at minimum of, system capacity, system operation, automated safety-shut-down operation, and sealed connections. The results of the system test shall be included in the O&M manual. The system shall be mounted in an enclosed trailer and road worthy. The system shall be delivered with a class 4 receiver hitch to be left with the trailer. The trailer shall use a flat spay standard 7 pin electrical trailer plug, with a heavy duty cord and LED tail/marker lights. The trailer shall have a spare tire that is securely fastened to the frame of the trailer. The trailer enclosure shall have adequate access doors to allow for normal maintenance, as well as component replacement. The system shall NOT use centrifugal or vane pumps to move the transformer oil. Teflon tape or similar shall NOT be used on any fitting that transformer oil travels in, because of the potential of ungrounding the component. The system shall use PLC for automated operation; this shall allow the operator to have the ability for one button start and one button stop. The system shall use a PLC from Automation Direct (Brand Name Only). The system shall come with twelve (12) hoses, six (6) for the suction and six (6) for the discharge; each hose shall be 30 feet long and have Camlock fittings with locking pins on each end of the hose, or approved equal quick connector. Each hose shall come with a Camlock end cap for each end of the hose to provide protection when hose are not in use. Therefore twelve (12) pairs of caps shall be required making a total of twenty-four (24) caps. The hoses shall have a shielded conductor which is bonded to both end fittings, allowing the hoses to be used as a ground conductor. The system shall have a drip pan to contain any and all leakage. The system shall have a sight flow indicator on the inlet and outlet lines. The system shall have a pressure relief valve that relieves to the suction line. The system shall have a heater that is capable of increasing the oil temperature 45 deg F in a single pass at rated capacity (at least 600 GPH). The system shall use a flow switch to energize the heaters, so that flow is always present when the heaters are operating. The system shall have a temperature controller that maintains the desired oil temperature. The controller shall be panel mounted. The degasification chamber shall have a viewing port and a hinged service door. The system shall have a vacuum gage in the degasification chamber. The system shall have pressure gages on both sides of all replaceable elements. This includes, but not limited to, the pre-filter, after-filter, and gas-filters. The system shall have a replaceable pre-filter with a micron selectivity of 5 microns and a filtration efficiency of 98%. The system shall have a replaceable after-filter with a micron selectivity of 1/2 micron and a filtration efficiency of 98%. The system shall have a water monitor that displays the moisture content in the outlet line and displays out in PPM. The vacuum system shall be capable of maintaining a continuous 300 CFM rating, while operating at 1 Torr. The free displacement of the vacuum system shall be at least 400 CFM. The system shall have audible and visual alarms: High Foam, High Oil Level, Low Oil Level, Hose Failure Detection. The system shall utilize a Safety Shut Down feature upon any Alarm listed above; as well as any unspecified alarms that could provide a safety hazard to the operation of the equipment or attached equipment. The system shall be capable of oil purification while the transformer is energized. The system shall utilize Viton gaskets only. The system shall have vacuum control ability. The system shall have a flow totalizer, to provide a dependable and accurate totaling of the discharged oil. The meter shall have a digital menu display, for multi choice flow units, resettable main totalizer and daily totalizer.

The Contractor shall provide a written procedure, in the O&M manual, of how to adequately flush the system so that contaminates are not passed from one transformer to another.

The Contractor shall provide the PLC code in print as well as electronic form. The printed code shall consist of as many binders as required with a maximum thickness per binder of 3 inches. The binders shall have a durable stiff plastic or leatherette cover and shall be designed for 8-1/2- by 11-inch sheets with binding either by telescoping posts with slide-lock or with fastening using screw posts. Either type of binding provided shall be suitable for ready replacement of sheets. Ring-type loose-leaf binders will not be acceptable. The electronic code shall consist of as many CD-Rs or data DVDs as required. The media shall attach inside the printed code binder.

The O&M manual shall include all recommended spare parts, along with contractors name, contact information, part description, part number, and current pricing information. The system shall be delivered with six (6) sets of filters, this includes pre-filters, after-filters, and vacuum chamber elements.

The complete system shall be covered for a minimum of one-year warranty on all parts, labor, and workmanship from factory defects.

The Contractor shall supply a factory certified technician for training at Ice Harbor Lock and Dam, the training will consist of an eight (8) hour day. The Contractor shall provide a schedule for training within five (5) days after delivery of oil purifier. The technician shall use the instructions in the Operation and Maintenance Manual and shall assist the project personnel in hooking the system up to a transformer and demonstrating the operation of the system. The demonstration shall include, but is not limited to, purifying oil in the transformers and flushing the system out. The demonstration of the system shall be provided for up to ten (10) people. Training shall have a classroom segment as well as a demonstration (demo).

Additionally, the Contractor shall provide training on preventive maintenance and periodic maintenance requirements, including:

All safety precautions associated with operation and maintenance of the system. Changing filters (pre-filters, after filters, and vacuum chamber elements). Operating menu display (normal operations, resetting alarms, resetting totalizer, adjusting flow controls, and PLC operation). Special tips and techniques (minimum) purge/flush process, how long is normal time to get to operating condition, frequency and/or indications for filter change-out, how to add oil, troubleshooting tips, hose handling, and storage. Materials needed to complete the training: O& M Manuals.

The Contractor shall provide the following items to the Government with equipment delivery. Date of Factory Test, Assembly test results, O&M Manuals.

Six (6) complete copies of the Operation and Maintenance Manual will be required for the system; one copy shall be permanently attached to the trailer in a weather proof location. One (1) copy of the Operation and Maintenance Manual shall be provided on electronic media. The manuals shall include instructions on the installation, operation, maintenance, repair, troubleshooting, warranty of the systems, a list of recommended spare parts, factory test results, and a checklist. The checklist shall contain; Setup (pre-use inspection), start up, normal operating, shut down, tear down, and flushing procedures. They shall also include As-Built drawings showing all system components, part numbers, one line diagrams, and system outline. Any information pertaining to models or components not supplied under this contract shall be crossed out.

The manuals shall consist of as many binders as required with a maximum thickness per binder of 3 inches. The binders shall have a durable stiff plastic or leatherette cover and shall be designed for 8-1/2- by 11-inch sheets with binding either of telescoping posts with slide-lock or with fastening using screw posts. Either type of binding provided shall be suitable for ready replacement of sheets. Ring-type loose-leaf binders will not be acceptable. Covers of binders shall bear permanent printed markings listing the following:

(1) Name of project.
(2) Contract number.
(3) Name and address of Contractor.
(4) Specific item or materials covered by the manual.

In the response, provide business size and a Point of Contact. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 2:00 p.m., Pacific Standard Time, on February 18, 2009 and should not exceed 5 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to the following address: Contracting Division, Attn: Vicky Challis, Walla Walla District, Corps of Engineers, 201 North 3rd Avenue, Walla Walla, WA 99362, Fax will be accepted to 509-527-7802 or email to vicky.r.challis@usace.army.mil. NAICS Code is 423610 and the size standard is 500 employees. Delivery date is within 60 days of award. Please direct any questions on this announcement to Vicky Challis, Contract Specialist, 509-527-7204.


:
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
:
US Army Engineer District, Ice Harbor Dam 2763 Monument Drive Burbank WA
99323-8662
US
:
Vicky Challis, 509-527-7210

US Army Engineer District, Walla Walla