Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

41 -- Mobile Unit HVAC Replacement - Mobile Unit Sources Sought/Statement of Need

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
FA4686-18-R-0021
 
Archive Date
3/10/2018
 
Point of Contact
Sherry A. Jacobson, Phone: 5306343401
 
E-Mail Address
sherry.jacobson@us.af.mil
(sherry.jacobson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement with Returnable (page 3) Statement of Need (Draft) SOURCES SOUGHT HVAC for Mobile Unit Beale Air Force Base, California THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS/QUOTES AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The 9th Contracting Squadron, Beale AFB, CA, is seeking information about qualified sources who can provide two commercial-type vertical wall mount counterflow air conditioners (non-ozone depleting R-410A refrigerant), two matching economizers and a telecom lead/lag controller. Each unit must fit the existing locations/limitations on the MIMPS,.-86" H x -43" W x -23" D. The supply air (-9 W' x -30") and return air opening (-15 7/8" x-30") should match existing openings. The bottom of the openings are -6" and-42" from the bottom, respectively. The vertical wall mount counterflow air conditioners must be 60,000 BTUH (5 Ton), 208/230v, 30, 60 Hz (three phase) and equipped with 9kW electrical heat. Each commercial unit must have a factory installed economizer that is adjustable from 63 degrees F (17° C) at 50% relative humidity to 73 degrees F (23° C) at 50% relative humidity. The telecom HVAC controller must be able to control two redundant air conditioners, heat pumps or air conditioners with 2-stage compressors. Have seven outputs for remote alarm or notification. Have an LED panel to display status to indicate heat, cool, power, and lead unit. This should be indicated via LED screen displaying the fault and LED flashing alarm. Connect using RS-485 communication via a RJl1 jack. Be adjustable and have the ability tomake any settings to theMaster unit with the Slave unit updating simultaneously. The contractor shall provide all supervision, labor, materials, and equipment to remove and properly dispose of two (2) existing wall mounted HVAC units with associated hardware. Install two (2) new commercial vertical wall mount counterflow air conditioners with two (2) newfactory installed economizers and program one (1) new telecom lead/lag controller. Provide all technical manuals or source documentation.Commercial wall unitsmust use non-ozone depleting R-41OArefrigerant and conform to UL standard 1995, 4th Edition and, CAN/CSA C22.22, NO. 236-11 and tested in accordance with the ASHARE standard. The expeditious replacement of the HVAC system is essential and is a driver over cost. We need this system to be fully functional within 45 days from contract award. Time constraints are mission critical in satisfying this requirement. Cost elements aresecondary. No reimbursement will be made for any costs associated with providing information to this Sources Sought or any follow-up information requests. The purpose of this synopsis is to notify the industry of the intent for a potential contract action and to gain knowledge of potentially qualified sources and their size classifications (small business, large business, service-disabled veteran, etc.) Proposed NAICS: 238220, HVAC (heating, ventilation and air-conditioning) contractors PSC: 4120/Air Conditioning Equipment The small business size standard for this procurement, as defined by the U.S. Small Business Administration is $15 M Please provide any suggestions if you feel a more appropriate NAICS exists. The proposed action is anticipated to be issued as a purchase order. Interested parties should submit a one paragraph notice of ability to provide the required service(s) and complete and return the requested information below NLT 1300 PST on Friday, 23 February 2018, to 2d Lt Sherry Jacobson at sherry.jacobson@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/FA4686-18-R-0021/listing.html)
 
Place of Performance
Address: Beale AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN04824272-W 20180217/180215231358-502ce44006a3409922d49f4698b8777e (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.