SOLICITATION NOTICE
41 -- Air Handler Units for Cold Room Repairs
- Notice Date
- 9/8/2022 1:47:35 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E522Q0028
- Response Due
- 9/21/2022 10:00:00 AM
- Archive Date
- 10/06/2022
- Point of Contact
- Kim D Roberson, Phone: 2173733478, ERDC-CRREL Quotes
- E-Mail Address
-
kim.d.roberson@usace.army.mil, ERDC-CRREL-QUOTES@usace.army.mil
(kim.d.roberson@usace.army.mil, ERDC-CRREL-QUOTES@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number W913E522Q0028 is being issued as a request for quotation (RFQ). This requirement is a total set-aside for small business concerns in accordance with FAR 19.502-2. The associated North American Industry Classification System (NAICS) code is 333415 � Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment manufacturing was identified as the most representative NAICS code for this requirement.� Small business size standard is 1,250 employees. The United States Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a requirement for procurement and installation of three (3) small and one (1) medium sized glycol Air Handler Unit, four (4) pumps, four (each) three-way modulating mixing valves, ball valves and isolation valves, twelve (12) temperature probes, and four (4) Programmable Logic Controllers (PLCs) in three (3) small and one (1) medium sized Cold Room in the Main Lab Cold Rooms Complex. These units will be installed in place of the existing valves, controllers, air handlers and associated circulating equipment.� (OPTION): An option to provide two (2) additional medium sized glycol Air Handler Units, two (2) pumps, two (2) three-way modulating mixing valves, ball valves and isolation valves, three (3) temperature probes, and one (1) PLC for installation in the Cold Pit, a fifth room in the Cold Rooms Complex, may also be procured. Specifications: Replacement piping runs to connect into the system and insulation must also be supplied and installed to the specifications required. These units will replace existing obsolete AHUs on a one-for-one basis that date from the 1960s and have extremely unreliable and troublesome operation. Because the scrapping and removal of the original units will expose cracks and other imperfections in the walls of the Cold Rooms, it is also necessary for the Vendor to re-seal the rooms as part of the installation work to return them to their current functional condition. This acquisition also includes the following requirements: Equipment under the base bid must ship NLT 31 December 2022 to be delivered to CRREL in time to meet the time-critical cooling requirement these systems represent. If exercised, the equipment under Option One must ship within 60 days of the base bid equipment (1 March 2023). Full installation of all supplied AHUs, pumps, circulating loops, valves, PLCs, and associated systems to include piping runs up to 15 ft in length per each glycol loop (cold/hot) per AHU with insulation (not to include length of circulating loop with insulation, which is dependent on vendor AHU selection) and start-up as well as warranty against defect. Removal, and demolition of pipe connections, old control valves, old pneumatics and controls, old AHU, and all associated systems. One (1) day of training for up to eight (8) personnel must be provided in the operation of the new system and one (1) day of training for up to eight (8) personnel on the basic maintenance procedures. Please reference the attached RFQ for the Purchase Description (PD), quote submittal instructions, and all applicable provisions and clauses.� The following factors shall be used to evaluate offers: technical capability, delivery schedule, drawings, bill of materials with cut-sheets, and price.� Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors.� The basis for award will be an acceptable proposal, the price of which may not be the lowest. Delivery shall be FOB Destination to ERDC-CRREL, 72 Lyme Road, Hanover, NH 03755-1290. All installation services shall be performed at the ERDC-CRREL facilities. Payment Terms: Net 30 Please provide responses to this notice, no later than 12:00PM (CDT), Wednesday, 21 September 2022 to: Kim.D.Roberson@usace.army.mil and ERDC-CRREL-QUOTES@usace.army.mil. Telephone responses will not be accepted. *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 representations and certifications. For more information, review the SAM website at https://sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/13797b6718ff49fda3c4932150c9e1fb/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN06457794-F 20220910/220908230128 (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 |