Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2004 FBO #0947
SOLICITATION NOTICE

43 -- Conduct a series of tests to evaluate the performance of the latest generation prototype 3-ton capacity, rotary hermetic, carbon dioxide air conditioning compressor.

Notice Date
6/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center Washington, ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W909MY-04-T-0600
 
Response Due
7/14/2004
 
Archive Date
9/12/2004
 
Point of Contact
Angle Trimmier, 7033335802
 
E-Mail Address
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center Washington
(Angela.Trimmier@cacw.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Communications Electronics Command (CECOM) Acquisition Center-Washington intends to award a purchase order for the purpose of conducting a series of capacity tests to evaluate the performance of the latest generation, hermetic, two-stag e, rotary CO2 air conditioning compressor. This will be done by testing the designated compressor at various conditions. The total duration of the work shall be four (4) months from date of award. The vendor shall provide the compressor for testing. The following testing criteria are required: 1. The Compressor: must be a three-ton capacity (36,000 Btu/hour), hermetic style, 2-stage, transcritical CO2 model. 2. Test Rig: shall utilize a transcritical CO2 air conditioning cycle, employing a suction line heat exchanger and an intercooler to simulate previous hardware setups. 3. Measured Parameters: are to include: pressures and temperatures at all inlet and outlet locations, mass flow rate, compressor power input, and current draw. In addition, a measurement of the oil circulation rate (OCR) shall be made during testing. 4. An oil separator shall be utilized to limit oil circulation. 5. Test Conditions: All capacity testing shall be performed using ASHRAE 23 based methodology. All instrument accuracies shall be also be per ASHRAE 23 standards. The oil circulation rate during test operation shall be determined using methods given in ASHRAE standard 41.4-1996. 6. Test Schedule: shall begin with a charge test to determine the ideal refrigerant charge for the system under test. Subsequent tests shall be performed at five (5) different conditions. Five conditions shall simulate both low temperature, air conditioni ng and heat pump (heating) operations. 7. Operational Temperature Range: The five (5) test conditions shall range from evaporating temperatures of negative 10 degrees Fahrenheit to 50 degrees Fahrenheit; and condensing temperatures from 95 degrees Fahrenheit to 127 degrees Fahrenheit . In add ition, the intercooler shall be assumed to operate at an approach temperature of 3 degrees Fahrenheit. Responses should be no longer than 10 pages and shall include the technical performance criteria; a description of the test procedures; a description of the test facilities; a description of who will be the principal investigators and workers; and a descr iption of the final test report which will be submitted. In addition, responses shall include a completed set of commercial Certifications and Representations as set forth in FAR 52.212-3. A copy of this clause may be downloaded from http://www.arnet.gov/ far/. These Certifications and Representations shall not be included in the total page count. Responses shall be submitted via email within 15 calendar days of the date of this notice to Ms. Angela Trimmier, Contracting Specialist angela.trimmier@cacw.ar my.mil. All requests for further information must also be submitted via email to Ms. Trimmier. Telephone requests for additional information will not be honored. All work is to be performed on-site at the contractors facility. Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the acceptability standards for the non-cost factors. The non-cost factors are the seven test criteria for testing, plus the required schedule specified above. The effort shall culminate in a final report that shall be delivered four months after start of this purchase order. The test report shall discuss test set-ups, procedures, and results. A s ingle award is expected to be made within two weeks of receipt of proposals. All proposing offerors must be registered with the Central Contractor Registration in accordance with FAR 52.204-7 and DFARS 252.204-7004. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This ann ouncement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center Washington ATTN: AMSEL-AC-W, 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00611336-W 20040630/040628212205 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.