Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2003 FBO #0661
SOLICITATION NOTICE

N -- Contractor is to remove and dispose of Chiller. Contractor shall furnish and install new chiller IAW the attached statement of work.

Notice Date
9/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Humphreys Engineer Center Support Activity - Civil, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
DACW72-03-T-0027
 
Response Due
9/25/2003
 
Archive Date
11/24/2003
 
Point of Contact
SUSAN BURCHELL, 703-428-8487
 
E-Mail Address
Email your questions to US Army Humphreys Engineer Center Support Activity - Civil
(susan.m.burchell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. The solicitation incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 01-15. Additional FAR DFAR clauses are applicable: 52.212-4, 52.212-5, 52.222- 26, 52.232-33, 252.225-7001. Offeror shall include a completed copy of the provision at 52.212-3, Offerors Representations and Certification-Commercial Items, with their quote. Reps and Certs are located at http://farsite.hill.af.mil. Submit quote to th e attention of Tangela Foxx CEHEC-CT, fax 703-428-8181, or email Tangela.A.Foxx@usace.army.mil. All vendors must be registered in the Central Contractor Registration at the time of award or an award cannot be made to them. Statement of Work BUILDING NO. 2594 Casey Bldg Purchase and Install a new Chiller A.1. The Contractor shall provide all supervision, material, labor and equipment to remove and dispose of the existing water absorption chiller, the removal/proper disposal of all Lithium Bromide Refrigerant within the existing absorption unit, removal/re placement of any existing chilled water pumps and condensing pumps to accommodate the new system and purchase/install a new rotary screw chiller rated at 154 to 175 nominal tons. This new unit will become the primary chiller for the existing building. The existing 154-ton chiller will become a backup to the proposed unit. The contractor shall furnish and or install all miscellaneous materials and equipment needed for this project (this project is considered turnkey ?????? all inclusive). The project locati on is the Casey Building #2594 Humphreys Engineer Center 7701 Telegraph Road, Alexandria, VA 22310. Point of Contact (POC) for questions or to visit project (recommended) site is Tangela Foxx ?????? (703) 428-7407 or Tangela.A.Foxx@usace.army.mil. A.2. The Contractor shall remove the existing water absorption chiller and the removal /proper disposal of all Lithium Bromide Refrigerant within the existing absorption unit to include all associated piping and wiring. Dispose of off site. A.3. The Contractor shall recover all existing refrigerant and properly dispose of off site in accordance with EPA regulations. A.4. The Contractor shall furnish, deliver, rig, set, and install a new Carrier screw type unit (or equivalent) double compressor screw chiller rated at 154 to 175 nominal tons utilizing HFC 134a refrigerant, PIC controls, LCD screen alpha-numeric display , cooler liquid line refrigerant isolation valve, and replaceable oil filter with isolation valves. Extend the existing concrete equipment pad as required to accommodate the new unit. Installation shall include new 6?????? 2-way valve for control of conde nser water temperature to the new chiller (shall be tied into and controlled by the chiller control system), (shall be tied into the existing DDC control system, new vibration isolation pads, all necessary chilled water and condenser pipe and fittings, all necessary refrigerant relief valve piping, and all connections for controls and flow switches. A.5. The Contractor shall modify and extend the existing electrical service to the new chiller utilizing the installation of a new properly sized fused disconnect switch. A.6. The Contractor shall start-up, test, and calibrate all new installed equipment for proper operation. New equipment shall be considered a complete system and shall operate accordingly. A.7. The Contractor shall provide on site training on proper operation and maintenance of the new system. The contractor must provide three (3) complete sets of operation manuals, maintenance manuals etc B.1. The Installation of all materials shall be performed in acco rdance with the manufacturer??????s approved instructions and/or recommendations, as well as regulations cited below. B.2. The Contractor shall install materials IAW EM 385-1-1, US Army Corps of Engineers Safety and Health Requirements Manual, National Electric Code (NEC) and, 28 CFR Part 36 and Public Law 101-336 ?????? Americans with Disabilities Act (ADA). B.3. The Contractor shall furnish the government a warranty for a minimum of one year for parts and service (at no additional cost to the government), including all labor and service calls if needed. The Contractor shall also submit the Manufacturer??? ???s standard and extended warranties on equipment to the POC. Next day response must be provided for all warranty service calls. This type of response for service calls must be provided for a period of one-year, this is the responsibility of the installing contractor. B.4. The contractor shall not leave any areas in an unsafe manner and shall remove debris from the complex on a daily basis. B.5. The Contractor shall verify measurements and site conditions. The Contractor shall provide submittals (and be approved by the POC) for all equipment and materials prior to purchase. B.6. Any Government property damaged by contractor shall be repaired to a condition acceptable to the Government at no additional cost to the Government. B.7. All work shall be performed during normal duty hours, 0700 to 1530 daily B.8. Safety equipment shall be worn at all times. B.9. The Contractor shall be responsible for obtaining all information of manufacture requirements, and shall install all materials and equipment in accordance with manufacturer??????s requirements. B.10. All work shall be done in a professional workman like manner. B.11. All material used for this project shall be new, and any requests to use equivalent parts and materials must be made and approved by the POC prior to purchase/installation of materials. B.12. The Contractor shall complete this project within 90 days of award date. The Project shall not be accepted until 100% complete and operational to the satisfaction of the POC (James Groves). B.13. All old controls to include existing pneumatic lines, electrical lines, chilled water lines no longer required and or needed and where disconnected during the removal of existing systems and or devices etc will be removed, capped and or properly secu red as part of this project. B14. Clean the existing cooling tower if required. B15. See pages 4-7 attached for a continuation of requirements and specifications. WATER-COOLED ROTARY SCREW CHILLER SPECIFICATIONS PART 1-GENERAL 1.0 SUMMARY: This section includes the required design, performance criteria, refrigerants, controls, and installation requirements for one new Carrier water-cooled rotary screw chiller. 1.2 REFERENCES: All work and installation must comply with the applicable Standards/Codes of ARI 590, ANSI/ASHRAE 15, ASME Section VIII, ASTM, NEC, and OSHA. 1.3 SUBMITTALS: Submit shop drawings and product data in accordance with these specifications requirements before work begins. SUBMITTALS shall include but not be limited to the following: - Schematic drawing of control system indicating points for field interface/connection. - Diagram shall fully delineate field and factory wiring. - Certification of factory run test of units signed by company officer must be handed over to Government Representative at time of acceptance. - All installation manuals and product information must be handed over to Government Representative at time of acceptance. - PROGRESS SCHEDULE AND WORK PLAN: 10 days after notice to proceed (N.T.P.) The Contractor shall provide a detailed schedule showing start and completion dates of all Phases of the project. -TEST RESULTS: 30 day after the new chiller has bee n in Operation the contractor shall test the system including Detailed reports on the test results. The test reports shall include but not be limited to: start-up, hydrostatic, controls System leaks, electrical, and balancing. 1.4 QUALITY ASSURANCE: Qualifications for the equipment manufactures are they must specialize in the type of products specified and have experience with the equipment and refrigerant offered. Regulatory requirements shall comply with the codes and s tandards. 1.5 DELIVERY AND HANDLING: Chiller shall be delivered to the job site completely assembled and charged with refrigerant and oil as prescribed by the manufacturer. Compliance with the manufacturer??????s instructions for rigging and handling shall b e strictly adhered to. 1.6 WARRANTY: The warranty offered by the refrigeration equipment manufacturer shall extend for a minimum of one year from the date of equipment start up. The warranty shall cover defects in material, workmanship, labor to replace or repair any de fective part, and shall include complete replacement of refrigerant loss due to defects. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS: Carrier or approved acceptable equal. 2.2 UNIT DESCRIPTION: Provide and install one factory assembled, factory charged, and factory run tested water-cooled rotary screw packaged chiller. The chiller shall consist of accessible semi-hermetic rotary screw compressors, flooded evaporator s, water-cooled condensers, microprocessor based control system, and all components necessary for a safe and controlled unit operation. 2.3 DESIGN REQUIREMENTS: A. GENERAL-Provide complete rotary screw packaged chiller as specified herein and or as shown on drawings. The unit shall be in accordance with standards referenced in section 1.2 and any local codes in effect. B. PERFORMANCE- The chiller shall be capable of stable operation to a minimum of 12.5% of full load without hot gas bypass. A minimum temperature differential of ten (10) degrees on the return from cooling towers is required. Performance shall be in ac cordance with ARI 590. C. ACOUSTICS- Sound pressure levels for the units shall not exceed the following specified levels. The manufacturer shall provide the necessary sound treatment to meet these levels if required. Sound data shall be provided by the offerer. Test shall be in accordance with ARI Standard 575. OCTAVE BAND 63 125 250 500 1000 2000 4000 8000 Dba 2.4 CHILLER COMPONENTS: A. COMPRESSORS-The compressors shall be field serviceable, semi-hermetic, single-screw type with one main helical rotor meshing with two opposed gaterotors. If a twin-screw compressor is used, the manufacturer shall provide an extended 5-year parts and labor warranty covering all moving parts, due to the large bearing loads inherent with the design. This shall be at no extra expense to the government. The gaterotors?????? contact elements shall be constructed of a carbon impregnated composite material designed for extended life or acceptable equal. Liquid refrigerant shall be used for cooling and sealing the rotor interfaces. B. EVAPORATOR-The evaporator shall be of the flooded shell and tube type. It shall have refrigerant in the shell and chilled fluid in the tubes. Enhanced high efficiency copper tubes shall be replaceable and rolled into steel tube sheets. Water heads sh all be removable. The evaporator shall be insulated with ???? inch closed cell polyurethane insulation and painted with resilient paint to resist cracking. The evaporator shall be designed for a refrigerant side working pressure of 250psig for R-22 and 4 00psig for R-410a. Water side working pressure shall be 150psig. The evaporator shall be designed, inspected and stamped in accordance with ASME Section VIII requirements. C. CONDENSER- The condenser shall be the shell and tube type and have refrigerant in the shell and water in the tubes. Replaceable high efficiency copper tubes rolled into steel tube sheets. The condenser shall have steel intermediate tube supports and be equipped with removable water heads. It shall be constructed and stamped in accordance with the requirements of ASME Section VIII, Unfired Pressure Vessel Cod e. The condenser shall have a refrigerant side working pressure of 450psig for R-22 and a 475psig for R-410a. The water side working pressure shall be 150psig for R-22 and be provided with ASME, ANSI B9.1 pressure relief valves. D. REFRIGERANT CIRCUIT- Each compressor shall operate in parallel on a common refrigerant circuit. Sufficient valving shall be included to allow a compressor to be removed for service while the balance of the unit remains operational. Refrigerant must a lso be allowed to be pumped into and contained in the condenser. The unit shall be equipped with a liquid line shut-off valve, filter-drier, liquid line sight glass, and solenoid valve. Insulation to prevent condensation foaming shall be installed. E. CONTROL SYSTEM- The microprocessor based controls shall be housed in a NEMA 1 enclosure. The enclosure shall include terminal points for both power and control interlock wiring, starting contractors, circuit breakers, three phase overload protection, and a control transformer with control fusing. Panel doors shall be lockable with all keys becoming property of the government. The enclosure shall have a barrier panel to segregate line voltage components. A digital display and keypad shall be mounted on the front panel. Control must be compatible with current DDC system in use. F. DISPLAYS- The display system shall include but not be limited to the following: 1. Entering and leaving chilled fluid temperatures 2. Entering and leaving condenser water temperatures 3. Suction and discharge pressures 4. Saturation temperature for each compressor 5. Suction temperature and calculated superheat for each compressor 6. Liquid line temperature and calculated subcooling temperature 7. Electronic expansion valve position 8. Programmed set points 9. Alarm and failure messages 10. Run hours and starts on each compressor G. FEATURES- the features shall include but not be limited to the following: 1. Current limiting for each compressor 2. Control of chilled fluid leaving temperature 3. Remote alarm contact 4. Pro-active pre-alarm logic providing control to avoid a shutdown 5. Fault messages including readout of all critical parameters at time of fault. 6. Fault history of five (5) previous fault conditions 7. Adjustable soft load function to limit load during pull down periods. 8. Chilled fluid reset ability 9. Manual or automatic lead-lag control equalizing starts and run hours 10. Time clock for daily start and stop with weekend and holiday differentiation 11. Auto-restart after a power interruption without battery backup 12. Capability to add a modem for PC monitoring 13. Capability to add open protocol communications to a B.M.S. H. SAFETIES- The following safeties are required by the government but are not intended to limit the contractor??????s installation. 1. High discharge and low suction pressure unloading for each compressor 2. High and low evaporator pressure cutout 3. Chilled water freeze protection 4. Loss of e vaporator or condenser water flow 5. Loss of evaporator or condenser pressure sensors 6. Loss of leaving chilled fluid temperature sensor 7. Phase loss, phase reversal, phase imbalance, and under/over voltage protection 8. Motor protection for each compressor 2.5 OPTIONS AND ACCESSORIES: 1. Hot gas bypass on both compressors 2. Factory mounted suction shut off valves 3. Delta-Delta compressor starters 4. Solid-state compressor starters 5. Factory installed compressor motor circuit breakers 6. Factory installed Ground Fault Protection PART 3- EXECUTION 3.1 INSTALLATION: Installation shall be in strict accordance with manufacturer??????s requirements, shop drawings, and contract documents. Adjust and level all chiller units in alignment on supports. Coordinate electrical installation with electrical contractor. Coordinate hook up of controls with representative of current control system. Provide all appurtenances required to ensure a fully operational and functional chiller. Contractor shall contact current DDC controls systems company to ensure c omparability with new chiller controls prior to beginning work. 3.2 START-UP: Ensure proper charge of refrigerant and oil, provide Authorized Factory starting of machine, and instruction to the Owner illustrating its proper operation and maintenance.
 
Place of Performance
Address: US Army Humphreys Engineer Center Support Activity - Civil ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
Country: US
 
Record
SN00436691-W 20030919/030917213428 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.