This specification sheet outlines the technical requirements for an 8 AWG, 3-conductor, bare copper control tray cable designed for applications in Sun Resistance Direct Burial (SUN RES DIR BUR) settings, rated for 600V and up to 90°C. The cable features a tinned copper braid shield and is insulated with cross-linked polyethylene (XLPE), with a PVC jacket. Key specifics include a conductor with 7 strands of annealed bare copper, a wall thickness of 0.045" for insulation, and a total diameter of approximately 0.665". The cable is UL listed, approved for direct burial and sunlight-resistant use, and compliant with various safety and environmental standards including RoHS and REACH regulations. Notably, it is made in the USA and adheres to NEC installation guidelines and relevant safety standards. The specifications emphasize both technical performance and regulatory compliance, signifying its suitability for hazardous locations and its durability for environmental exposure.
The document outlines specifications for two types of 10 AWG control tray cables, VXX105BRD/M1WAPA and VXX1012BRDM1WAPA, both featuring bare copper conductors with XLPE insulation and PVC jackets, rated for 600V. The first cable has five conductors, while the second includes twelve, with both types approved for use in direct burial and sunlight-resistant applications. Key specifications involve the conductors’ material, wall thickness of insulation and jacket, and compliance with various safety and environmental standards, including UL listings and RoHS directives. Both cables are designed for Class I Division 2 hazardous locations, ensuring they meet stringent safety regulations. They feature permanent inkjet markings for identification and have specific weight and cold bend performance ratings. The inclusion of a warning regarding potential chemicals further addresses safety compliance. This document is essential for contractors and suppliers involved in government projects requiring safe and compliant electrical cabling. The clarity in specifications ensures materials meet the necessary regulatory and functional standards for use in various applications.
The document pertains to a Request for Proposal (RFP) related to materials needed for electrical infrastructure in Letcher, South Dakota. It lists various aluminum components, including thousand-foot lengths of conductors and bus bars, along with specifications for swage terminals, couplers, and supports intended for high voltage applications. The components include sizes and lengths tailored for construction and utility purposes, with specific references to standards such as 230KV and 345KV. The focus emphasizes acquiring quality materials that meet industry standards, ensuring the reliability of electrical networks. This procurement is crucial for maintaining and enhancing the electrical grid infrastructure, a priority in both federal and local funding initiatives aimed at improving energy distribution and utility management in the region.
The document is an amendment to solicitation number 89503425QWA001006, issued by the U.S. Department of Energy's Western Area Power Administration (WAPA). This specific amendment (00002) addresses questions regarding specifications for electrical conductors needed for a project in Letcher, South Dakota. Key clarifications include that WAPA requires tinned copper braid shielding for conductors, whereas corrugated copper tape is not acceptable. However, for the 3/C #8 conductor, no shielding is needed. Additionally, it confirms that items labeled 12-18 are VNTC cables.
Offerors must acknowledge receipt of this amendment with their bids, which must be submitted by the specified deadline. The document underscores the importance of compliance with these specifications and the correct identification of cable types for contractors seeking to participate in this federal procurement process. Overall, the amendment serves to ensure clarity on project requirements and facilitate a transparent bidding process.
The document serves as an amendment to a solicitation for procurements under the U.S. Department of Energy's Western Area Power Administration (WAPA). Its primary purpose is to clarify requirements by adding specification documents and extending the due date for offers to February 4, 2025, at 1500 EST. The amendment emphasizes the importance of acknowledging receipt of this change to ensure offers are not rejected. It specifies multiple methods for acknowledgement and reinforces that a signed copy of the amendment must accompany any submissions to be valid. Overall, this document not only modifies specific contractual details but also guides contractors on compliance with solicitation procedures. This is crucial for transparency and ongoing communication within federal procurement processes.
The document outlines a Request for Proposal (RFP) issued by the U.S. Department of Energy's Western Area Power Administration (WAPA) for specific aluminum swage terminals and supports, with an emphasis on compliance to federal procurement regulations. It is designated as a 100% small business set-aside, emphasizing that interested vendors must provide competitive offers by the submission deadline of January 18, 2025. The document provides detailed instructions for submitting proposals, including requirements for product specifications, adequate descriptive literature, and compliance with various federal clauses related to small business, ethics, and procurement practices.
Vendors are informed that the proposed items can either be the specified "Travis Pattern" brand or an equivalent, along with stipulations regarding delivery schedules, invoice submission via the Invoice Processing Platform, and maintaining quality assurance throughout the procurement process. This RFP emphasizes the necessity of thorough documentation and adherence to the outlined procedures for consideration, which reflects the government’s effort to support small businesses while ensuring transparency and accountability in federal contracting.