Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

41 -- (2) 50 ton chillers (1) 125 ton Chiller

Notice Date
9/16/2002
 
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
F08620-02-QS752
 
Response Due
9/20/2002
 
Archive Date
10/5/2002
 
Point of Contact
Joseph Craft, Contracting Specialist, Phone 850-884-5373, Fax 850-884-1272, - Dixie Bankston, Contracting Officer, Phone 850-884-3273, Fax 850-884-1272,
 
E-Mail Address
joseph.craft@hurlburt.af.mil, dixie.bankston@hurlburt.af.mil
 
Description
This is a combined synopsis/solicitation for a commercial item 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 FQ441722391000 and 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 and shipping FOB Destination to Hurlburt Field AFB, FL 32544. 1.)Provide two nominal capacity 50 tons water chiller similar to or equal to Trane model number CGAFC504. Voltage for the units shall be 460-volts/60 herts/3 phase. Units shall be equipped for low ambient operation to 30 degree F. The following references shall apply as referenced: ANSI/ARI 590 - Reciprocating Water - Chilling Packages, ANSI/ASHRAE 15 - Safety Code for Mechanical Refrigeration, ANSI/ASHRAE 90A - Energy Conservation in New Building Design, ANSI/ASME SEC 8 - Boiler and Pressure Vessel Code, ANSI/NEMA MG 1 - Motors and Generators, ANSI/UL 465 - Central Cooling Air Conditioners. The Contractor shall provide shop drawings indicating components, assembly, dimensions, weights and loadings, required clearances, and location and size of field connections. Indicate valves, strainers, and thermostatic valves required for complete system and product data indicating rated capacities, weights, specialties and accessories, electrical requirements and wiring diagrams. Additionally the Contractor shall provide manufacturer's installation instructions, maintenance data, parts lists, controls, and accessories and troubleshooting guide. The chiller shall conform to ANSI/ARI 590 code for testing and rating of reciprocating water chillers, ANSI/UL 465 code for construction of reciprocating water chillers, ANSI/ASME SEC 8 Boiler and Pressure Vessel Code for construction and testing of reciprocating water chillers, and ANSI/ASHRAE 15 code for construction and operation of reciprocating water chillers. Chillers shall be delivered 16th Civil Engineer Squadron, Hurlburt Field. The chillers shall be provided with five-year warranty. The warranty shall include coverage for compressor, evaporator, condenser, complete assembly, including materials and labor. Additionally the chillers shall be tagged with a durable, oil and water-resistant tag. Tag shall include the following information: equipment covered, Manufacturer, Model #, Serial #, warranty period, contract #, and warranty contact and phone #. Government personnel shall accomplish installation of the chillers. The Government will notify the Contractor 10 days prior to the scheduled completed installation. The Contractor shall then prepare and start the chiller. 2.) Provide a 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 provide 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 signal. Control power shall be provided from a factory installed power transformer. The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.211-5, Material Requirements; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors ? Commercial Items; 52.212-2, Evaluation Factors- 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.219-6, Notice of Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities-52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports On Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment of Electronic Funds Transfer? Central Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2,Clauses Incorporated By Reference; 52.252-5, Authorized Deviations In Provisions; 52.252-6, Authorized Deviations In Clauses; The following Defense Federal Acquisition Regulation provisions and clauses apply to this acquisition: DFAR 252.204-7004, Required Central Contractor Registration; and 5352.242-9000, Contractor Access to Air Force Installations. All contractors are requested to utilize the PRO-Net Program to assist them in obtaining resources to meet their contractual requirements. PRO-Net is an electronic gateway of procurement information for and about small businesses. It is a search engine for contracting officers, a marketing tool for small firms and a "link" to procurement opportunities and important information. It is designed to be a "virtual" one-stop-procurement-shop. PRO-Net is an Internet-based database of information on small, disadvantaged, 8(a), women-owned, HUB-Zone, and veteran-owned businesses. It is free to federal and state government agencies as well as prime and other contractors seeking small business contractors, subcontractors and/or partnership opportunities. As an electronic gateway, PRO-Net provides access and is linked to the Commerce Business Daily (CBD), federal and state agency home pages, and other sources of procurement opportunities. The PRO-Net website is: www.pro-net.sba.gov. The SBA homepage address is: www.sba.gov. A hard copy of the Statement Of Work may be obtained from SrA Joe Craft at 16 CONS/LGCB, 350 Tully Street, Building 90339, Hurlburt Field AFB, FL 32544-5825. Any questions prior to submitting your proposal should be submitted to SrA Joe Craft at (850) 884-1262 or via facsimile at (850) 884-1262 or call A1C Franquan Culbert at (850) 884-5373 NLT close of business on Thursday, 20-Sep-02. Complete written quotations will be due and must be physically received by the 16th Contracting Squadron/LGCB on Hurlburt Field AFB NLT 10:00 AM (central time) on Friday, 20-Sep-02. Facsimile copies may be submitted to (850) 884-2041. Proposals can also be Emailed to mailto:joseph.craft@hurlburt.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/16CS/F08620-02-QS752/listing.html)
 
Place of Performance
Address: Hurlburt FLD, FL
Zip Code: 32544
Country: USA
 
Record
SN00168708-F 20020918/020916222307 (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.