Bid Date: 2025-05-01
Project Description: The Government intends to procure, under only one responsible source, where no other suppliers or service will satisfy the agency requirements. The Naval Facilities Engineering Systems Command, Hawaii (NAVFAC Hawaii) is conducting market research to determine if other potential products/services can provide a transformer protection relay that has equal performance requirements as the SEL-787, manufactured by Schweitzer Engineering Laboratories (SEL), 2350 NE Hopkins Court, Pullman, WA 99163. The alternate product/service must meet the following requirements/specifications:
Provide transformer protection relay with the following capabilities:
▪︎ Transformer Protection - Protect transformer using differential elements for tripping for in-zone faults. Two-winding dual-slope differential protection with harmonic blocking and restraint, and phase, negative-sequence, residual-ground, and neutral-ground overcurrent elements provide backup protection.
▪︎ Overcurrent Protection - Provides complete overcurrent protection for a two-winding transformer. Including a complete set of phase, negative-sequence, and residual overcurrent elements for each winding
▪︎ Transformer Monitoring - Use transformer through-fault monitoring to measure accumulated through-fault levels of the transformer. Monitor ambient, load tap-changer (LTC), tank, and transformer oil temperature through the use of optional 4–20 mA or RTD thermal inputs.
▪︎ Reporting and Monitoring – Provide sequential recorder to document events such as faults, trips, voltage, and current.
▪︎ Panel Control Switches - Conveniently sized operator controls shall be located on the relay front panel, and set to track operator controls.
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).
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 Ms. Kyla Tomita, Contracting Officer, via email at kyla.m.tomita.civ@us.navy.mil and Ms. Jodi Lillie, Contract Specialist, via email at jodi.e.lillie.civ@us.navy.mil. Interested parties responding to this announcement by May 1, 2025 at 2:00 p.m. Hawaii Standard Time will be considered.
No attachments or links have been added to this opportunity.