Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOURCES SOUGHT

41 -- Air 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-A009
 
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-A009 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 Air Cooled Chiller Model #CGAM052A2 brand name or equal. Salient Characteristics: Air Cooled Scroll Chiller CGAM052A2; 52 nominal tons MAX, 48.8 nominal tons MIN; 208 volt 3 phases, 60 cycle; Total Power (kW)=60.1; Full load energy efficient rating (EER) = 9.8; IPLV Efficiency=15; MCA (Ampacity) =246.2; MOCP (Ampacity = 250 Compressor type and numbers= Scroll/4each; Evaporator leaving/entering (F) = 44/54; Ambient Temperature (F) = 95/85; Refrigerant Charge (Circuit 1/Circuit 2) 32 pounds each; Compliance with LEED each credit 4; Flow Gallons/Minute= 116.8 gpm; Maximum Length inches=127"; Maximum Width inches=35"; Height Inches=77"; Cooling Medium Evaporator=Water; High efficiency/performance; Full factory refrigerant charge (HFC-410A) With factory installed freeze protection; 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; High ambient (up to 125F/up to 52C); Complete Coat lanced aluminum fins, and over compressors fittings; plus compartment; Single point connection main line unit power-ancillary items require other power; Circuit breaker; BACnet interface with EMCS Lon Works; Elastomeric isolators; None/No! Micro Channel Coil; With water strainer factory installed Architectural louvered panels; 10 year parts/labor/refrigerant warranty. NOTES: 1. Provide single point power connection with circuit breaker 2. Provide bacnet connection to lon works emcs. All points listed on the attached pts. List shall be passed to emcs. 3. Chiller must qualify for the buy american act - no exceptions. 4. Factory start up services by manufacturer. 5. Factory neoprene isolators. 6. Ten year motor/compressor/labor/refrigerant warranty 7. Factory installed ifm efector flow switch 8. Anti recycle timer to provide a maximum of 2 minute stop-to-start and 5 minute start-to-start or mfg shall furnish factory installed not gas bypass. 9. ±0.5f leaving chilled water temperature control or manufacturer to provide a 500 gallon buffer tank to accomplish this control. 10. Chiller must meet ashrae 90.1-2004 @ full ari conditions. 11. Manufacturer to provide sound attenuation required to meet specified sound pressure level (@ 1 meter) per ari 575-94. 12. Under/over voltage protection. 13. Chilled water reset - return water temperature 14. Factory insulation - all cold parts. no field insulation allowed. 15. Factory refrigerant isolation valves. 16. Provide factory applied dip and bake corrosion protection for condenser coil 17. Provide traditional copper tube/aluminum fin condenser coil-microchannel not allowed 18. Provide 1.25" insulation with uv protection for evaporator 19. Provide factory installed water strainer What is the purpose of the item(s): To provide 1 each Trane Air Cooled Chiller Model #CGAM052A2 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.). 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 RFQ Number FA2521-16-Q-A009. 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-A009/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04225627-W 20160818/160816235245-bae709da8318134f4227785c32dfad63 (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 |
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.