SOURCES SOUGHT
41 -- Compliant mini spilt HVAC units that meet the requirements of the Buy American Act - Construction, FAR 52.225-9
- Notice Date
- 2/23/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-MINISPLITHVAC
- Archive Date
- 3/23/2018
- Point of Contact
- Emily A. Moore, Phone: 5023156181
- E-Mail Address
-
emily.a.moore@usace.army.mil
(emily.a.moore@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Compliant mini spilt HVAC units that meet the requirements of the Buy American Act - Construction, FAR 52.225-9 A market survey is being conducted to determine if there are a reasonable number of interested businesses that can meet the technical requirements proposed below. If your firm is capable of meeting the requested requirements and you are interested in this project please respond appropriately, negative responses are also encouraged. The proposed project is for a VRF System that meets the following requirements: TECHNICAL REQUIREMENTS: 1. System shall meet FAR 52.225-9, Buy American Act - Construction 2. System must comply with FAR Part 23.203 and Federal Energy Management Plan Requirement for Energy Star products, in accordance with ASHRAE 90.1-IP 3. System shall have a minimum EER rating of 10. 4. System shall utilize a ductless split system heat pump unit 5. System shall utilize Refrigerant R410A. 6. System shall provide unit with low ambient option that can provide cooling with and outside temperature of -8 DEG F." 7. The heat pump shall be controlled by the DDC with inputs from a wall mounted temperature sensor. The DDC shall control the operation of the heat pump and associated air cooled condensing unit in order to maintain the space at the setpoint above 70F and below 74F. An alarm shall be sent to the EMCS if the space temperature raises above 85F or below 60F. An alarm shall be sent to the EMCS if the space humidity raises above or below 55%. SUBMISSION REQUIREMENTS: Manufacturers and/or suppliers responding shall submit the technical specifications, as noted below, for ALL units/sizes that meet the minimum technical requirements defined above, as follows: 1. Size/Capacity: 1 ton, 1.5 ton, 2 ton, 3 ton, etc (12k, 18k, 24k, 36k BTU, etc). 2. EER Rating 3. Refrigerant Type 4. Maximum horizontal and vertical lengths of the refrigerant line set 5. Fixed or Variable Speed Cooling 6. Whether or not the unit has removable access to controls without interrupting airflow and allowing for service without the use of special tools. 7. Type of condensate pan (whether corroding or non-corroding and the type of slope) 8. Wall mounted, floor mounted, or ceiling mounted. 9. Whether the thermostat is internal or external. 10. Whether the fans and compressors are fixed or variable speed. 11. Whether the condenser circuits are or are not pre-piped with start up and head pressure controls. 12. Whether the unit has a side or top discharge. 13. A catalog cut of the units with technical specification demonstrating all compliant units shall be included. 14. Provide approximate cost and place of manufacture for each unit. 15. Documentation of product meeting FAR 52.225-9 Buy American Act - Construction 16. Documentation of product meeting FAR Part 23.203 and Federal Energy Management Plan Requirement for Energy Star products. All interested contractors should respond to this survey by email or mail by 08 March 2018 by 1000 hrs Eastern Standard Time. Responses should include: (1) Identification and verification of the company's business size (2) The Requested submissions, as noted above. Email responses to Emily Moore at Emily.A.Moore@usace.army.mil. If you have questions please contact Emily Moore at Emily.A.Moore@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-MINISPLITHVAC/listing.html)
- Record
- SN04832830-W 20180225/180223231251-9439d3559858bcab7a839347d3302739 (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 |