Hawaii Bids > Bid Detail

Sources Sought for Electric Meter, Joint Base Pearl Harbor-Hickam, Hawaii

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159873223468396
Posted Date: Oct 26, 2023
Due Date: Nov 9, 2023
Source: https://sam.gov/opp/ae536c9319...
Follow
Sources Sought for Electric Meter, Joint Base Pearl Harbor-Hickam, Hawaii
Active
Contract Opportunity
Notice ID
N62478CON33Y2406
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC HAWAII
Office
NAVFACSYSCOM HAWAII
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Oct 26, 2023 09:34 am HST
  • Original Response Date: Nov 09, 2023 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5963 - ELECTRONIC MODULES
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide an electric meter that has equal performance requirements as the Electro Industries/GaugeTech Shark 270 Electric Meter, manufactured by Electro Industries/GaugeTech, 1800 Shames Drive, Westbury, NY 11590. FY2023 Bravo Piers #1 & 2 – Upgrade Shore Power, Joint Base Pearl Harbor-Hickam, Hawaii requires an electric meter that meets the following requirements/specifications:




  1. Meter must comply with ANSI C12.1, NEMA C12.19, and ANSI C12.20 and must match existing AMI meter system at the installation and be the newest version with ATO.


  2. Meter sockets must comply with ANSI C12.7.


  3. Meter must be a Class 20, transformer rated design.


  4. Meter must be rated for use at temperature from minus 40 degrees Centigrade to plus 70 degrees Centigrade.


  5. The meters must have an electronic demand recording register and must be secondary reading as indicated. The register must be used to indicate maximum kilowatt demand as well as cumulative or continuously cumulative demand. Demand must be measured on a block-interval basis and must be capable of a 5 to 60 minute interval and initially set to a 15-minute interval. It must have provisions to be programmed to calculate demand on a rolling interval basis. Meter readings must be true RMS.


  6. The meter electronic register must be of modular design with non-volatile data storage. Downloading meter stored data must be capable via an optical or USB port. Recording capability of data storage with a minimum capability of 89 days of 15 minute, 2 channel interval data. The meter must be capable of providing at least 2 KYZ pulse outputs (dry contacts). Default initial configuration (unless identified otherwise by base personnel) must meet NAVFAC CIRCUITS Call for Consistency document located on the NAVFAC CIRCUITS Portal and must be:

    (1) First channel – kWh.

    (2) Second channel – kVARh.

    (3) KYZ output #1 – kWh.

    (4) KYZ output #2 - kVARh.


  7. All meters must have identical features available in accordance with this specification. The meter schedule identifies which features must be activated at each meter location.


  8. Enable switches for Time of Use (TOU), pulse and load profile measurement module at the factory.


  9. Meter must have an optical port on front of meter. Optical device must be compatible with ANSI C12.18.


  10. Meters must be 120-480 volts auto ranging.


  11. Provide blank tag fixed to the meter faceplate for the addition of the meter multiplier, which will be the product of the current transformer ratio and will be filled in by base personnel on the job site. The meter's nameplate must include:

    (1) Meter ID number.

    (2) Rated voltage.

    (3) Current class.

    (4) Metering form.

    (5) Test amperes.

    (6) Frequency.

    (7) Catalog number.

    (8) Manufacturing date.


  12. On switchboard style installations, provide switchboard case with disconnect means for meter removal incorporating short-circuiting of current transformer circuits.


  13. Meter covers must be polycarbonate resins with an optical port and reset. Backup battery must be easily accessible for change-out after removing the meter cover.


  14. The normal billing data scroll must be fully programmable. Data scroll display must include the following.

    (1) Number of demand resets.

    (2) End-of-interval indication.

    (3) Maximum demand.

    (4) New maximum demand indication.

    (5) Cumulative or continuously cumulative.

    (6) Time remaining in interval.

    (7) Kilowatt hours.


  15. The register must incorporate a built-in test mode that allows it to be tested without the loss of any data or parameters. The following quantities must be available for display in the test mode:

    (1) Present interval's accumulating demand.

    (2) Maximum demand.

    (3) Number of impulses being received by the register.


  16. Pulse module simple I/O board with programmable ratio selection.


  17. Meters must be programmed after installation via an optical or USB port. Optical display must show TOU data, peak kWh, semi-peak kWh, off peak kWh, and phase angles.


  18. Self-monitoring to provide for:

    (1) Unprogrammed register.

    (2) RAM checksum error.

    (3) ROM checksum error.

    (4) Hardware failure.

    (5) Memory failure.

    (6) EPROM error.

    (7) Battery status (fault, condition, or time in service).


  19. Liquid crystal alphanumeric displays, 9 digits, blinking squares confirm register operation. Six large digits for data and smaller digits for display identifier.


  20. Display operations, programmable sequence with display identifiers. Display identifiers must be selectable for each item. Continually sequence with time selectable for each item.


  21. The meters must support three modes of registers: Normal Mode, Alternate Mode, and Test Mode. The meter also must support a "Toolbox" or "Service Information" (accessible in the field) through an optocom port to a separate computer using the supplied software to allow access to instantaneous service information such as voltage, current, power factor, load demand, and the phase angle for individual phases.


  22. Meter must have a standard 4 -year warranty.




This notification is for market research purposes only and should not be construed as a commitment of any kind by the U.S. Government to issue a solicitation, request for proposals, quotes, or invitation of bids or award a contract.



Interested parties with a comparable product meeting the requirements described in this announcement are invited to submit complete technical data, information and specifications in order for the Government to conduct an evaluation of your product to ensure compatibility with the existing system. Technical response shall be typed, at least 11 point Times New Roman or larger, single-sided 8.5 by 11 inch pages and submitted in Adobe PDF format. Also, provide company information and point of contract (name, title, email, phone, mailing address).



If market research results in there being no product that has equal performance requirements as the Shark 270 Electric Meter, the Government intends to procure the Shark 270 Electric Meter, under only one responsible source, where no other suppliers or service will satisfy the agency requirements.



The Government will not reimburse any responder for any costs associated with information submitted in response to this sources sought announcement.



Any information provided to the Government in response to this request for information (RFI) will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit your company brochure.





Interested parties shall submit information and specifications to both Ms. Alice Mende, Contracting Officer via email at Alice.S.Mende.civ@us.navy.mil and Mr. Joseph Rayray, Contract Specialist at Joseph.D.Rayray.civ@us.navy.mil. Interested parties responding to this announcement by 09 November, 2023 at 2:00 p.m. Hawaii Standard Time will be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • 400 MARSHALL RD
  • PEARL HARBOR , HI 96860-3139
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 26, 2023 09:34 am HSTSources 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 >