Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2002 FBO #0137
SOLICITATION NOTICE

41 -- CHILLER 175 TON

Notice Date
4/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
F0862002QS700
 
Response Due
4/30/2002
 
Archive Date
5/15/2002
 
Point of Contact
Jaqueline Jordan-Wells, Contract Specialist, Phone (850) 884-1268, Fax (850) 884-2041, - Dixie Bankston, Contracting Officer, Phone 850-884-3273, Fax 850-884-1272,
 
E-Mail Address
jacqueline.jordan-wells@hurlburt.af.mil, dixie.bankston@hurlburt.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation/synopsis reference number is F0862002QS700 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. This acquisition is Unrestricted. All responsible sources may submit a quotation, which shall be considered by the agency. The associated NAICS code is 421730 with a 100 size standard. Contractors shall submit a lump sum proposal for all parts shipped FOB Destination to Hurlburt Field, Fl 32544. Hurlburt Field plans to procure One (1) 175 Ton Chiller. The unit must meet the specification: 125-ton air-cooled helical rotary water chiller similar to or equal to Trane model number RTAA1254X. Voltage for the unit shall be 460-volts/60 hertz/3 phase. Unit shall be provided with aluminum fins with a sprayed corrosion coating. The unit shall have a minimum Energy Efficiency Ratio (EER) of 9.3 and a minimum Integrated Part Load Value (IPLV) 12.5 in accordance with ARI 550 for scroll and screw packages. The unit shall be capable of operating during low ambient conditions with temperatures down to 25 degree Fahrenheit. Unit shall come with five-year parts and labor warranty. Unit shall be delivered to the government ten days after the order is placed. Government personnel will install unit. The unit will be replaced as part of a scheduled shutdown or curtailment of operations within the facility. The factory start-up of the unit shall be scheduled to coincide with the shutdown to limit the down time. Unit panels, structural elements and control boxes are constructed of 12-gauge galvanized steel and mounted on a welded structural steel base. Unit panels and control boxes shall be finished with baked-on powder paint, and the structural base with and air-dry paint. The evaporator shall be a tube-in-shell heat transfer design with internally finned copper tubes roller expanded into the tube sheet. The evaporator shall be designed, tested and stamped in accordance with ASME for a refrigerant side working pressure of 300 psig and a waterside working pressure of 215 psig. Water connections shall be grooved pipe. Each shell shall include a vent, a drain, and fittings for temperature control sensors and shall be insulated with ?-inch Armaflex II or equal insulation (K=0.26). Heat tape with thermostat shall be provided to protect the evaporator from freezing at ambient temperatures down to ?20 degrees Fahrenheit. Air-cooled condenser coils shall have aluminum fins mechanically bonded to internally finned copper tubing. The condenser coil shall have an integral sub cooling circuit and shall provide oil cooling for the compressor bearing and infection oil. Condensers shall be factory leak tested at 506 psig. Condensers shall be two rows deep and 100% coated with a protective coating to protect the condensers from corrosion. Condenser fans shall have direct drive three phase motors with permanently lubricated ball bearing and internal thermal protection. Compressor started shall be an across-the-line configuration factory mounted and completely prewired to the compressor motor. Compressor starters shall be enclosed in a weather tight enclosure. The rotary screw compressor shall be semi-hermetic, direct drive, twin steel screw design, 3600 rpm, with step and variable load and unloader valves for capacity control, rolling element bearings, differential refrigerant pressure oil pump and oil heater. The compressor motor shall be suction gas cooled, hermetically sealed, two pole squirrel cage induction motor. Oil separation shall be provided separate from the compressor and oil filtration shall be accomplished with and integral oil filter located within the compressor. The unit shall have two independent refrigerant circuits, with one rotary screw compressor per circuit. Each refrigerant circuit shall include a compressor suction service valve, discharge service valve, liquid line shutoff valve, removable core filter drier, liquid line sight glass with moisture indicator, charging port and an electronic expansion valve. Refrigerant shall be R22. The unit shall be factory leak tested and precharged with a complete charge of refrigerant and oil. In lieu of precharging the unit the complete charge of refrigerant and oil can be installed as part of the factory startup. The compressor and electronic expansion valve shall provide variable capacity modulation over the entire operating range with infinite un-loading from 100 to 25 percent. All unit controls shall be housed in a weather-tight enclosure. All controls, including sensors, shall be factory mounted and tested prior to shipment. The unit shall be provided with Microcomputer controls which control all functions including start up and shut down, leaving chilled water temperature control, compressor and electronic expansion valve modulation, fan sequencing, anti-recycle logic, automatic lead/lag compressor starting and load limiting. The unit control module shall automatically take action to avoid unit shutdown due to abnormal operation conditions associated with low refrigerant temperatures, high condensing temperature and motor current overload. Controls shall provide protective functions for loss of chilled water flow, evaporator freezing, low refrigerant pressure, high refrigerant pressure, reverse rotation, compressor starting and running over current, phase loss, phase imbalance, phase reversal, high motor winding temperature, high oil temperature and loss of oil flow. Unit shall be provided with menu driven digital display, which indicates the operating data points, and alarm conditions. Controls shall be capable of being connected to the building automatic control system for remote chilled water set point and demand limiting by accepting a 4-20mA or 0-10Vdc analog signals. Control power shall be provided from a factory installed power transformer. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions may be assessed electronically at this website: http//farsite.hill.af.mil. FAR 52.209-6, Protecting the Government ?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes for the total price for the requirement. Technical and price factors, when combined, are equal. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item FAR 52.212-4 Contract Terms and Condition--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Item; FAR 52.222-3 -Convict Labor; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-3 Convict Labor; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 -Protest After Award; FAR 52.247-34 F.O.B. Destination; FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003 -Control Of Government Personnel Work Product; FAR 252.225-7036 , Buy American ?--North American Free Trade Agreement. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414; DFAR 252.246-7000 -Material Inspection And Receiving Report. Please provide a copy the FAR PART 52.212-3 with your proposals. Responses to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 30 April 2002 no later than 4:00 PM Central Standard Time. Proposals should be marked with solicitation number F0862002QS700 and addressed to Jacqueline Y. Jordan-Wells, Contract Administrator, Phone 850-884-1268, fax 850-884-2041, email address Jacqueline.Jordan-wells@hurlburt.af.mil or Dixie Bankston, Contracting Officer, Phone 850-884-3273, email address dixie.bankston@hurlburt.af.mil. For More Business Opportunities, visit the web site of http://www.selltoairforce.org. and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: HURLBURT FLD, FL
Zip Code: 32544
Country: USA
 
Record
SN00060681-W 20020418/020416213245 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.