Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SPECIAL NOTICE

43 -- Notice of Intent to Sole Source: Vertical Screw Compressor

Notice Date
12/17/2024 11:35:17 AM
 
Notice Type
Special Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
 
ZIP Code
44135
 
Response Due
1/3/2025 10:00:00 AM
 
Archive Date
01/18/2025
 
Point of Contact
Stacy L. Hernandez, Phone: 2164333647, John A. Christel, Phone: 2164338828
 
E-Mail Address
stacy.l.hernandez@nasa.gov, john.a.christel@nasa.gov
(stacy.l.hernandez@nasa.gov, john.a.christel@nasa.gov)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Rotary Screw Compressor The National Aeronautics and Space Administration (NASA), Glenn Research Center (GRC) has a requirement for one (1) new in-kind Frick rotary screw compressor to replace Compressor B in the Ice Research Tunnel (IRT) in accordance with the following specifications: One (1) vertical screw compressor capable of cooling 594 tons of R507 refrigeration to -41F and specifications consisting of the following: Max Driver speed: 3600 RPM Max Allowable Pressure: 400 psig @ 27BarG Capable of operation in conjunction with two other vertical screw compressors that use No. 13 York refrigerant oil. Must have a slide valve that works with existing system that controls to automatically load and unload compressor from 0% to 100%. Must be compatible with following Quantum LX Controls panel configurations on current compressor skid: Linux Kernel 2.6.19.1 Software Version 7.01 Analog Board V2.53 Digital Version V1.02 Must have correctly sized manifold piping ports for existing suction, discharge, and economizer vapor header piping to the common vessel skid of 36�x56.5� profile. Must meet requirements for the existing oil coolers mounted on each compressor skid. Must be able to cool 12,000 gallons of Dynalene HC-50 to -48.3F at 12.1 PSIA on the suction line while maintaining 217 PSIA on discharge side of system. Must be able to use existing on-demand oil pump with existing oil injection ports. Must be used with existing vertical oil separators on compressor skids matching discharge velocities. Must be compatible with Siemens Induction Motor Type: CG consisting of following specifications: 2000 HP 3600 RPM 2400 Volts 60HZ, 3 Phase NASA intends to award a Firm-Fixed-Price sole source contract under the authority of FAR 6.302-1 � Only One Responsible Source to: JOHNSON CONTROLS INC. 5757 N Green Bay AVE Milwaukee, Wisconsin 53209-4408 The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities statements to perform the effort electronically via email to Stacy Hernandez at stacy.l.hernandez@nasa.gov no later than 1:00 pm EST on January 3, 2025. The capabilities statement must be submitted in either Word or PDF and must contain clear and convincing evidence that competition for this requirement would be advantageous to the Government. This notice does not constitute a solicitation and any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4425523a2054823b0d5700d80dc622a/view)
 
Place of Performance
Address: Cleveland, OH, USA
Country: USA
 
Record
SN07294067-F 20241219/241217230114 (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.