SOURCES SOUGHT
41 -- Water cooled chiller
- Notice Date
- 8/16/2016
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-16-Q-A008
- Point of Contact
- Linda Lutz, Phone: 3214945231, Benjamin P Crafton, Phone: 3214949941
- E-Mail Address
-
linda.lutz@us.af.mil, benjamin.crafton@us.af.mil
(linda.lutz@us.af.mil, benjamin.crafton@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-16-Q-A008 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 333415. The size standard for NAICS is 750 employees. The requirement is to purchase a Trane Water Cooled Chiller Model #RTWD brand name or equal. Salient Characteristics: 10 year parts/labor/refrigerant warranty; 60 hertz; 460/3/60, Voltage, Phase and Hertz. High efficiency/performance; 2 pass evaporator; Wye-delta closed transition starter Mechanical disconnect switch; Bacnet Interface with facility EMCS LON Works Elastomeric isolators (Field); Factory installed proof of flow evaporator/condenser Minimum Capacity (tons) 109.5; Minimum Unloading Percentage=20; Compressor Type and Each = Screw/2 each; Maximum full load sound power= 79 DBA; Total Power Kilowatt= 74.4; Full Load Efficiency = (EER) 17.7; IPLV; Efficiency=24.; MCA (Ampacity) =124; MOCP (Ampacity = 175; Evaporator leaving/entering (F) = 44/54; Condenser LWT/EWT (F) = 95/85; Refrigerant Charge (Circuit 1/Circuit 2). 123.5 lbs. /125.7 lbs.; Compliance with LEED each credit 4; Flow Gallons/Minute Evaporator/Condenser= GPM 261.9/310.4; Maximum Length inches=127"; Maximum Width inches=35"; Height Inches=77"; Cooling Medium Evaporator=Water; Cooling Medium Condenser=Water Maximum Pressure Drop (ft.H20) Evap/Cond. = 21.3/18.4; Fouling factor evaporator=.0001 High efficiency/performance; Full factory refrigerant charge (R-134-A); Refrigerant isolation valves (discharge valve); UL listed to US and Canadian safety standard; ASHRAE 90.1 all versions up to 2010; AHRI certified; Factory installed flow switch - set point 60 cm/sec; Standard cooling (42 to 65F/5.5 to 18C); Grooved pipe connection; 1.25" Insulation high humidity/low evap temp Performance based on water; Single point connection main line unit power-ancillary items require other power; Circuit breaker; BACnet interface with EMCS LON Works; Elastomeric isolators 10 year parts/labor/refrigerant warranty; Inlet outlet water connections assembled upon award. Notes: 1. Provide single point power connection with control power transformer and disconnect. 2. Space is very limited; chiller size cannot exceed 50" width by 148". 3. Provide Local Operating Network communication connections to energy management control systems. (EMCS) Points listed on chiller controls must be passed to EMCS. 4. Chiller must qualify for the Buy American Statute-No exceptions. The Buy American statute (formerly the Buy American Act, 41 U.S.C. § 10a-10d) was passed by U.S. Congress in 1933. The purpose of the Buy American statute is to provide preferential treatment for domestic sources of supplies, manufactured goods, and construction material for public use unless a specific exemption applies. The statute requires the federal government to purchase domestic supplies for use in the United States, if- (a) The supply contract exceeds the micro-purchase threshold; or (b) The supply portion of a contract for services that involves the furnishing of supplies exceeds the micro-purchase threshold. In determining what domestic-goods is, the place of mining, production, or manufacture is controlling. The Buy American statute has separate provisions for supply contracts and construction contracts, and applies to small business set-asides. 5. Provide condenser water regulation valves. 6. Factory start up services by manufacturer. 7. Factory neoprene or elastomeric isolators. 8. Compressor to be rotary screw only-reciprocating, scroll, or stepped up screws not acceptable 9. Ten year motor/compressor/labor/refrigerant warranty. 10. Factory installed effector flow switch. (IFM) 11. Anti-recycle timer to provide a maximum of 2 minute stop-to-start and 5 minute start-stop or manufacturer shall furnish factory installed gas bypass. 12. ±0.5F, leaving chilled water temperature control or manufacturer to provide a 500 gallon buffer tank to accomplish this control. 13. Chiller must meet American Society of Heating, Refrigerating and Air-Conditioning Engineers ASHRAE 90.1-2004. Chiller must meet at full Air conditioning, Refrigeration institute conditions. 14. Manufacturer to provide sound attenuation to meet specified sound pressure level at 1 meter. Per Air conditioning, Refrigeration institute sound conditions. ARI 575-94. 15. Under and over voltage protection 16. Chilled water reset based on return water temperature. 17. Factory insulation placed on all cold parts. No field insulation allowed 18. Factory refrigerant isolation valves What is the purpose of the item(s): To provide 1 each Trane Water Cooled Chiller RTWD (Brand Name or Equal) 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your response your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), any related specifications/drawings and the RFQ number FA2521-16-Q-A008. Responses must be submitted electronically to the following e-mail address: linda.lutz@us.af.mil. RESPONSES ARE DUE NO LATER THAN 3:00 PM EST 19 Aug. 2016
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-A008/listing.html)
- Place of Performance
- Address: Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN04225414-W 20160818/160816235049-a1a167adf9e5d1ed837a0b71af472488 (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 |