Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOLICITATION NOTICE

70 -- Control Software for Refrigeration Chillers

Notice Date
12/10/2020 4:22:46 PM
 
Notice Type
Presolicitation
 
NAICS
23822 —
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E521N1217
 
Response Due
12/17/2020 10:00:00 AM
 
Archive Date
01/01/2021
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research Laboratory (CRREL) intends to award a contract on a sole source basis to Berkeley Building Company upon the basis of the authority provided at FAR 13.106-1(b)(1). ERDC-CRREL�s Engineering Resources Branch in Hanover, NH requires the refurbishment, installation of (3) complete internal controls software package upgrades for the three (3) chiller systems in `the Frost Effects Research Facility (FERF) to allow the chillers to perform on a broader range. This work is a continuation of services procured under contracts W913E519C0005 and W913E520P0064 which replaced the chillers on the FERF�s process cooling system. Specifications: The computer programs for CRREL�s GEA brand Chillers shall allow the Chillers to respond to a control input from the central OMNI control panel or individual OMNI control panels on the Chillers for a wide range of temperatures. When a selected temperature is provided as input, the new software must base the compressor capacity control on the glycol entering temperature to the chiller and the saturated suction temperature at the compressor. The compressor capacity will therefore �follow the pointer� of any set glycol temperature entering the chiller. The programs as written must be compatible with GEA brand standard OMNI systems, and must not void the warranty on the new chillers at the FERF; Controls. The new software must allow touch-screen control through OMNI systems with single degree increment control accuracy from 40F glycol temps down to -43F glycol temps depending on system. It must not interfere with any standard controls and alarms in the existing OMNI panel controls for the GEA chiller/compressor sets; Compressor Capacity. The software must match compressor capacity in each one of the chillers (42 RT for LTC-3 and 60.5 RT for MTC-1 and MTC-2 are the rated baseplate capacities, these capacities must be alterable through the program) as is required to pull the glycol to, and hold, a desired glycol operating temperature in the -43F to 40F range; Supply to each chiller. Software must be supplied for LTC-3, MTC-1 and MTC-2; Suction control. The program must simultaneously cycle the compressor on/off on temperature and control the suction on pressure. Independent operation is without value; Installation. Software must be installed by the vendor; Air-gapped system. As an air-gapped system the software must be installed by physical media and must not rely on over-the-air updates; and Warranty. The chiller warranty must be extended for one (1) year from the date of installation of the new software. ERDC-CRREL requires the continued provision of highly specialized internal controls software upgrades to complete the aforementioned requirement in its entirety. A recent contract for the installation of refrigeration equipment was awarded to Berkeley Building Company (BBC) under contract numbers W913E519C0005 and W913E520P0064 which encompassed replacing the air chillers on the FERF�s process cooling system.� Berkeley Building Company�s refrigeration sub-contractor, Miller Refrigeration, does not contract with the government, and Berkeley Building Company holds the warranty for past work performed building and installing these chiller systems. BBC will not permit any vendor except Miller Refrigeration to perform this work. ERDC-CRREL risks voiding the terms of their warranty on the newly installed air chillers if the requested upgrades are conducted by any other contractor. CRREL�s chiller systems are proprietary and only operate with GEA custom control software. Miller Refrigeration has the GEA service license for the Hanover, NH area therefore, no other vendors are permitted to provide such software. Additionally, the enhanced capabilities of the system must be available to operate by this winter. As such, Berkeley Building Company is the only source capable of fulfilling the follow-on requirements in order to maintain the warranty and prevent unacceptable delays in fulfilling the Government�s requirements. The associated North American Industry Classification System (NAICS) code is 238220, which has a size standard of $16.5M. This Notice of Intent is not a request for competitive quotations. �However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CST, 17 December 2020 to kim.d.roberson@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. �A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a518ae35273425781a96e83dccaa513/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05871488-F 20201212/201210230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.