Opportunity: Lease of Doble Power Diagnostic Equipment and Related Services

Description 

Title: Doble Power Diagnostic Equipment and Related Services Solicitation Number: 89503023QWA000045 Notice Type: Pre-solicitation Response Date: 06/08/2023 Classification Code/PSC: 6625 NAICS: 334515 Set Aside: N/A NOTICE OF INTENT TO SOLE SOURCE TO DOBLE ENGINEERING COMPANY The Department of Energy/Western Area Power Administration (WAPA) intends to negotiate on a single source basis with Doble Engineering Company of Watertown, MA under the authority of FAR 13.106-1(b)(2), Soliciting from a Single Source, for power-factor insulation testing equipment. WAPA currently leases the following equipment and software from Doble: a. Twenty-six (26) Doble Type M4100 test sets and associated hardware (test and control cables) for testing and evaluating in the field the condition of insulation systems in electrical power equipment by measurements of watts-loss, current and capacitance at a given applied voltage when connected to a commercial 110-volt, 60-hertz source. The test equipment shall have an output capacity of 100 milliamperes continuous and 300 milliamperes intermittent at voltages of from 2 to 10 kilovolts, 60 hertz, and be suitable for testing bushings, potheads, bus and disconnecting switch insulators, circuit breakers, instrument transformers, power transformers of all sizes, lightning arresters, insulating oil and other fluids, and power cables in lengths up to approximately 1,000 feet. b. Four (4) Doble Type M4110 Leakage Reactance Module for performing short-circuit impedance tests on transformers for diagnosing winding deformation. c. One (1) Doble Type M5400 Sweep Frequency Response Analyzers (SFRAs) with cables, including data interpretation and one (1) additional day of services (travel costs excluded). d. Thirteen (13) Doble Type M5500 Sweep Frequency Response Analyzers (SFRAs) with cables. e. Eight (8) Doble Type TDR900 Timing Function Tester for circuit breaker testing with cables. f. Associated Operating Software. The test equipment shall incorporate state-of-the-art features and capabilities for automatically processing, storing and transmitting test results using the contractor’s provided software system. The software system must be licensed with Doble to perform data updates to historical file systems. Other factors include: -24/7/365 technical support, ability to make one single contact to discuss test results from multiple types of test sets, i.e. M4100 and TDR900 for breakers, M4100 and M4110 and M5500 for transformers. -single database application that accommodates test files from all equipment listed above, and including with analysis capabilities and ability to benchmark WAPA’s fleet against a substantial portion of industry. -10 days of training to be used at WAPA’s discretion on all equipment mentioned above. The Government intends to acquire commercial items and services using the provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13 pursuant to the authority provided under FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. Based on market research and requirement for the availability of historic test data, WAPA has not identified any other sources that can provide the required products, software and services. If WAPA identifies no other capable sources by 06/08/2023, WAPA will issue a firm-fixed price contract for a one (1) base year, plus two (2) option years, on or about September 15, 2023 to Doble Engineering. Delivery of any new equipment is required by October 1, 2023. Interested parties may identify their interest and capability to respond to the requirement, in writing, no later than the response date. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. The North American Industry Classification System (NAICS) code for this acquisition is 334515, and the size standard is 750 employees. A determination by the Government whether to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received from all responsible sources will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This notice of intent is not a competitive Request for Quotation (RFQ). No solicitation package will be publicly issued. In accordance with FAR 5.207, all responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. However, a determination by the Government whether to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received from all responsible sources will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Inquiries will only be accepted via e-mail to Wes Aumiller at aumiller@wapa.gov. No telephone requests will be honored.

Overview 
Reference number: 89503023NWA000025
Issue date: 05/09/2023
Response due: 06/08/2023 07:00 PM US/Eastern

Set Aside:
NAICS: 334515-Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
PSC / FSC: 6625-ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND

Agency: DOE

Contracting office:

Western Corporate Services Office
WAPA
US DOE/Western Area Power
12155 W. Alameda Parkway
Lakewood, CO 80228


Place of Performance:




Contact: Krista Weiland
Phone:
Fax:
Email: weiland@wapa.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect