MODIFICATION
66 -- Computer Room Air Conditioning Unit
- Notice Date
- 1/4/2008
- Notice Type
- Modification
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-08-RQ-0027
- Response Due
- 1/9/2008
- Archive Date
- 1/24/2008
- Point of Contact
- Kim Stavish, Contract Specialist, Phone 301-975-2672, Fax null, - Joan Smith, Contract Specialist, Phone (301)975-6458, Fax (301)975-8884
- E-Mail Address
-
kstavish@nist.gov, Joan.Smith@nist.gov
- Description
- The above referenced solicitation is hereby amended (Amendment II) to EXTEND the RESPONSE DATE from January 3, 2008, to JANUARY 9, 2008, 3:30 pm local time. All other terms and conditions remain unchanged as follows. DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21. The associated North American Industrial Classification System (NAICS) code for this procurement is 334512 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for one (1) combination chilled water (primary) and DX (secondary) computer room cooling unit to be used in Building 216, Room C008, Gaithersburg, MD. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, Combination Chilled Water (primary) and DX (secondary) Computer Room Cooling Unit. The system shall meet or exceed the following minimum technical specifications: PART 1: GENERAL 1.1 SUMMARY A. This Section includes the following types of computer-room air-conditioning units: 1. Floor-mounting units 6 tons and larger. System shall primarily cool by means of a hydronic coil but shall be equipped with a refrigerant cooling system to be used when hydronic cooling cannot be supported by the site. 1.2 SUBMITTALS A. Product Data: Include rated capacities, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power and control wiring. C. Operation and Maintenance Data: For computer-room air-conditioning units to include an emergency, operation, and maintenance manuals. D. Warranties: Special warranties specified in this Section. 1.3 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Fabricate and label refrigeration system to comply with ASHRAE 15, "Safety Standard for Refrigeration Systems." 1.4 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of computer-room air-conditioning units that fail in materials or workmanship within specified warranty period. 1.5 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Filters: One set of filters for each unit. PART 2: PRODUCTS 2.1 FLOOR-MOUNTING UNITS 6 TONS AND LARGER A. Description and Assembly: Packaged, factory assembled, prewired, and prepiped; consisting of cabinet, fans, filters, and controls. 1. Assembly: Upflow air delivery, in blowthrough configuration. B. Cabinet and Frame: Welded steel, suitably braced for rigidity, supporting compressors and other mechanical equipment and fittings. 1. Doors and Access Panels: Galvanized steel with polyurethane gaskets, hinges, and concealed fastening devices. 2. Insulation: Thermally and acoustically insulate cabinet interior with 1-inch- thick duct liner. 3. Finish of Exterior Surfaces: Baked-on, textured vinyl enamel, color as selected from manufacturer's standard colors. 4. Floor Stand: Welded tubular steel, 4 inches high, with adjustable legs and vibration isolation pads. C. Supply-Air Fan: 1. Double inlet, forward curved, centrifugal fan; statically and dynamically balanced. 2. Drive: V-belt drive with steel shaft with self-aligning ball bearings and cast-iron or steel sheaves, variable- and adjustable-pitch motor sheave, minimum of two matched belts, with drive rated at a minimum of two times the nameplate rating of motor. 3. Motor: a. Description: NEMA MG 1, Design B, medium induction polyphase motor. b. Frequency Rating: 60 Hz. c. Voltage Rating: NEMA standard voltage selected to operate on nominal circuit voltage to which motor is connected. d. Service Factor: 1.15 for open dripproof motors; 1.0 for totally enclosed motors. e. Duty: Continuous duty at ambient temperature of 105 deg F and at altitude of 3300 feet above sea level. f. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. g. Enclosure: Open dripproof. h. Efficiency: Premium, as defined in NEMA MG 1. i. Stator: Copper windings, unless otherwise indicated. j. Rotor: Squirrel cage, unless otherwise indicated. k. Bearings: Double-shielded, prelubricated ball bearings suitable for radial and thrust loading. l. Temperature Rise: Match insulation rating, unless otherwise indicated. m. Insulation: Class F, unless otherwise indicated. n. Code Letter Designation: Manufacturer?s standard starting characteristic. o. Enclosure: Rolled steel with gray enamel finish. p. Noise Rating: Quiet. D. Refrigeration System: 1. Compressors: Hermetic scroll; with oil strainer, internal motor overload protection, resilient suspension system, crankcase heater, manual-reset high-pressure switch, and pump-down low-pressure switch. 2. Refrigeration Circuits: Two; each with hot-gas mufflers, thermal-expansion valve with external equalizer, liquid-line solenoid valve, liquid-line filter-dryer, sight glass with moisture indicator, service shutoff valves, charging valves, and charge of refrigerant. 3. Refrigerant: R-22. 4. Refrigerant Evaporator Coil: Alternate-row or split-face-circuit, direct-expansion coil of seamless copper tubes expanded into aluminum fins. a. Mount coil assembly over stainless-steel drain pan. 5. Remote Air-Cooled Refrigerant Condenser: Corrosion-resistant cabinet, copper-tube aluminum-fin coils arranged for two circuits, multiple direct-drive propeller fans with permanently lubricated ball bearings, and single-phase motors with internal overload protection and integral electric control panel. Control capacity by modulating fan speeds. E. Hydronic Cooling Coil: Seamless copper tubes expanded into aluminum fins with modulating two-way control valve. Mount coil assembly over stainless-steel drain pan. 1. Cooling Medium: Water; 42 F EWT. 2. Control Valve: Class 125 bronze body, bronze trim, rising stem, renewable composition disc, and screwed ends with backseating capacity repackable under pressure. a. Internal Construction: Replaceable plugs and stainless-steel or brass seats. b. Single-Seated Valves: Cage trim provides seating and guiding surfaces for plug on top and bottom. c. Double-Seated Valves: Balanced plug; cage trim provides seating and guiding surfaces for plugs on top and bottom. d. Sizing: 5 psig maximum pressure drop at design flow rate or the following: e. Two-Way Modulating: Either the value specified above or twice the load pressure drop, whichever is more. f. Flow Characteristics: Two-way valves shall have equal percentage characteristics. g. Close Off (Differential) Pressure Rating: Combination of actuator and trim shall provide minimum close-off pressure of 110 psig. h. Electronic Actuator: Mechanical, spring-return mechanism to the normally-closed position. F. Piping and Fittings: ASTM B88, Type L, water tube, drawn temper. 1. Copper Pressure Fittings: ASME B16.18, cast-copper alloy or ASME B16.22, wrought-copper, solder-joint fittings. G. Extended Surface, Disposable Panel Filter: Pleated, lofted, nonwoven, reinforced cotton fabric; supported and bonded to welded-wire grid; enclosed in cardboard frame. 1. Nominal Thickness: 4 inches. 2. Dust-Spot Efficiency: 40 percent. 3. Weight Arrestance: 90 to 92 percent. 4. Initial Resistance at 500-FPM Face Velocity: 0.30-inch wg. 5. Recommended Final Resistance: 1-inch wg. H. Integral Electrical Controls: Unit-mounted electrical enclosure with piano-hinged door, grounding lug, combination magnetic starters with overload relays, circuit breakers and cover interlock, and fusible control-circuit transformer. I. Disconnect Switch: Nonautomatic, molded-case circuit breaker with handle accessible when panel is closed and capable of preventing access until switched to off position. J. Microprocessor-Control System: Continuously monitors operation of process cooling system; continuously displays room temperature and room relative humidity; sounds alarm on system malfunction and simultaneously displays problem. If more than one malfunction occurs, system displays fault in sequence with room temperature and continues to display fault when malfunction is cleared until system is reset. 1. Malfunctions: a. Power loss. b. Loss of airflow. c. Clogged air filter. d. High room temperature. e. Low room temperature. f. High humidity. g. Low humidity. h. Smoke/fire. i. Supply fan overload. j. Compressor No. 1 - Overload. k. Compressor No. 1 - Low Pressure. l. Compressor No. 1 - High Pressure. m. Compressor No. 2 - Overload. n. Compressor No. 2 - Low Pressure. o. Compressor No. 2 - High Pressure. 2. Digital Display: a. Control power on. b. Compressor No. 1 - Operating. c. Compressor No. 2 - Operating. 3. Push buttons shall stop and start process cooling system, silence audible alarm, test indicators, and display room's relative humidity. a. Factory-installed hardware to allow monitoring of common trouble alarm point. 2.2 CAPACITIES AND CHARACTERISTICS A. Unit Configuration: 1. Upflow. 2. Blow through. B. Supply-Air Fan: 1. Number of Fans: One. 2. Airflow: 7000 cfm. 3. Design External Static Pressure (excluding unit filters) : 1.3?. 4. Motor Size: 7.5 hp. C. Refrigeration System (Secondary Cooling System): 1. Unit Energy Efficiency: 6.5. 2. Refrigerant Compressor: a. Number of Compressors: Two. 3. Refrigerant Evaporator Coil: a. Cooling Capacity: 132,900 Btu/h. b. Entering-Air Dry-Bulb Temperature: 72 deg F. c. Entering-Air Wet-Bulb Temperature: 58.6 deg F. d. Leaving-Air Dry-Bulb Temperature: 40 deg F. e. Leaving-Air Wet-Bulb Temperature: 39 deg F. 4. Air-Cooled Refrigerant Condenser: a. Cooling Capacity: 150,000 Btu/h. b. Entering-Air Temperature: 100 deg F. c. Number of Condenser Fan Motors: 2. d. Condenser Fan Motors: 3/4 hp. D. Hydronic Cooling Coil (Primary Cooling System): 1. Cooling Coil Capacity: 132,900 Btuh (sensible). 2. Entering-Air Dry-Bulb Temperature: 72 deg F. 3. Entering-Air Wet-Bulb Temperature: 58.6 deg F. 4. Leaving-Air Dry-Bulb Temperature: 55 deg F. 5. Leaving-Air Wet-Bulb Temperature: 54 deg F. 6. Fluid Flow: 19 gpm. 7. Entering-Fluid Temperature: 42 deg F. 8. Fluid Pressure Drop: 19 feet of head. 9. Cooling Medium: Water. E. Electrical Characteristics: 1. Volts: 480. 2. Phase: Three. 3. Hertz: 60. 4. Full-Load Amperes: 39.2. 5. Minimum Circuit Ampacity: 50. Installation & Warranty: 1. The contractor shall schedule and facilitate installation/set-up. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the instrument, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. 2. The Contractor shall provide a minimum of a One (1) Year Warranty. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. Inspection and Acceptance Criteria: 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the unit is ready, as determined by the contractor, and may be witnessed by the contractor. Delivery shall be FOB DESTINATION and be completed in accordance with the contractor?s commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall be made to the Contractor whose quote offers the lowest price, and technically acceptable. The Government will evaluate information based on the following criteria: 1) Technical Capability factor "Meeting the Requirement," and 2) Price. Evaluation of Technical Capability will be based on the information provided in the quotation. Quotes shall include product literature, which addresses all required specifications & clearly documents that the product offered meets the minimum required specifications as identified herein. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor?s Registration (CCR); 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (16) 52.222-3, Convict Labor; (17) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (18) 52.222-21, Prohibition of Segregated Facilities; (19) 52-222-26, Equal Opportunity; (21) 52.222-36, Affirmative Action for Workers with Disabilities; (23) (i) 52.222-50, Combating Trafficking in Persons; (26) 52-225-1, Buy American Act--Supplies; (29) 52.225-13 Restriction on Certain Foreign Purchases; (34) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:30 PM local time, on January 9, 2008, at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Kim Stavish. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Kim Stavish) @ kim.stavish@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-2672. NIST is not responsible for late delivery due to the added security measures. In addition, offerors who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable and shall be addressed to: kim.stavish@nist.gov. Faxed quotes will NOT be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-08-RQ-0027/listing.html)
- Place of Performance
- Address: 100 Bureau Drive Gaithersburg, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01479667-F 20080106/080104225635 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |