Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

41 -- Five Year Chiller Tear-Down Inspection

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Overton Brooks Department of Veterans Affairs Medical Center, Chief, A&MMS, (90C), 510 E. Stoner Avenue, Shreveport, Louisiana 71101
 
ZIP Code
71101
 
Solicitation Number
667-5-05
 
Response Due
9/15/2004
 
Archive Date
10/15/2004
 
Point of Contact
Point of Contact - George Holman, Contracting Officer, Ph: 318-424-6062, Fx:318-424-6078, Contracting Officer - George Holman, Contracting Officer, Ph:318-424-6062, Fx:318-424-6078
 
E-Mail Address
Email your questions to George Holman
(george.holman@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
Chiller 5 Year Tear Down Inspection 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. Solicitation number is 667-5-05 and is issued as an invitation to bid (IFB); award will be made using Federal Acquisition Regulation (FAR) Part 13.5 test program for commercial items and the simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. The North American Industry Classification System (NAICS) code is 238220 and size standard is $12M. SCOPE OF WORK: The selected vendor shall provide all necessary labor, materials, parts, transportation and equipment to perform a five (5) year tear down inspection of a Trane centrifugal chiller Model CVHE-045F, Serial Number: LJ4J22219 located at the Overton Brooks VA Medical Center at 510 East Stoner Avenue, Shreveport, LA 71101. All procedures and materials shall be in accordance with manufacturer?s recommendations and specifications which follow: PART 1?CONTRACTOR QUALIFICATIONS: The contractor shall provide certification that they are an authorized commercial contractor and warranty representative as recognized by the original centrifugal chiller manufacturer. Documentation of factory level training on Trane centrifugal Model CVHE-045F or like chillers that has been completed within the last five (5) years, is also required and must be submitted with the bid package. Contractor?s representative who will be performing the work shall be domiciled no more than 30 miles from the project site. The contractor must provide documentation that he/she has completed two or more overhauls on Trane Centrifugal Model CVHE-045F or like chillers. The Contractor must have been doing business as a commercial service company for five (5) consecutive years prior to bid date. PART 2?REFRIGERANT HANDLING. REFRIGERANT RECOVERY: Contractor shall recover refrigerant from machine and recycle to remove oil and contaminants. Refrigerant shall be stored in suitable containers for re-use. Contractor shall use recovery equipment that shall be capable of obtaining a vacuum of less than 29 inches of mercury while recovering and condensing refrigerant to minimize refrigerant emissions. The equipment used for recovery shall be ARI certified and registered with the EPA. The technician recovering refrigerant shall be certified in accordance with EPA guidelines by the original equipment manufacturer. Proof of certification is required to be submitted with the bid package. REFRIGERANT RECLAMATION: The contractor will ship refrigerant to an EPA certified reclamation facility to recondition refrigerant in accordance with ARI Standard 700-1988. The refrigerant reclaimer will provide documentation that they are certified under 40 CFR 82.164. An independent third party refrigerant analysis report will be provided documenting the sample complies with ARI-700 specifications for: A) Moisture in parts per million not to exceed 7. B) High boiling residue per cent by volume not to exceed 0.14. C) Acidity parts per million (as HCL) <.015. D) Chloride pass/fail. E) Purity percentage by weight (Gas Chromatography) 99.97. F) Particulates pass/fail. All oil and impurities will be disposed of in accordance with EPA guidelines and a manifest be provided documenting disposal. REFRIGERANT STORAGE: Contractor shall use approved containment vessels and refer to appropriate safety standards. All refrigerant removed from chillers shall be stored in appropriate containers. The refrigerant shall be stored in areas where excessive heat and buildup does not take place. If possible, the storage area temperature shall be below 70 degrees Fahrenheit. All refrigerant containers shall be equipped with approved closure devices to prevent unused refrigerant from escaping to the atmosphere. CHILLER EVACUATION: Contractor shall not open the unit to atmosphere for service work until the refrigerant charge is fully removed/recovered and a vacuum of 29 inches of mercury is obtained on the chiller to be serviced. Unit shall be evacuated to 29 inches of mercury utilizing a 10 cfm vacuum pump and vacuum broken with dry nitrogen prior to opening for service. Openings in refrigerant side of shell shall be covered and sealed to prevent moisture and foreign material from entering the machine. Nitrogen shall be continuously purged through the machine to prevent moisture contamination. Exposed surfaces of unit component parts (castings, inlet vanes, etc.) shall be coated with oil of manufacturer?s recommendation to protect from rust. PART 3?MECHANICAL WORK. DISASSEMBLY: Prior to disassembly all refrigerant and oil shall be removed and processed as specified in part 2 above. The oil disposal shall be the responsibility of the contractor as specified in part 2. The condenser and chilled water valves will be closed and the water will be drained from the condenser and evaporator. The unit will be evacuated as specified in Part 2. The unit shall be completely disassembled. Component parts will be protected from rust by coating parts with a rust inhibitor as specified by the unit manufacturer. Volute flanges and o-ring grooves shall be sanded and polished. The inlet guide vanes shall be disassembled and cleaned. All bushings, bearings, guides, and rollers shall be replaced for both the first stage and last stage inlet vanes. Vane operators shall be inspected and deficiencies will be brought to the attention of the Contracting Officer?s Technical Representative (COTR?see below) and an estimate will be provided to repair or replace defective parts. The Contractor shall test the compressor motor for an open rotor condition and meg test the motor insulation. A detailed inspection shall be performed on the motor end coils, motor leads, the motor terminal board and motor air deflectors. Motor bearings shall be replaced. Should the bearing caps and slingers require replacement, the contractor shall be responsible for replacement at the Government?s expense. The Contractor shall replace labyrinth seals, measure shaft runout and end play, measure bearing bore, shaft dimensions and impeller bore dimensions. All tolerances must be within the manufacturer?s recommendations. Any tolerances not meeting the manufacturer?s requirements shall be brought to the attention of the COTR and an estimate will be provided for conforming to the specified tolerance. Eliminator section of evaporator shall be inspected. Distributor plates and orifices shall be inspected to insure compliance with original manufacturer?s recommendation. Impellers shall be inspected for cracks. Defects shall be reported to the COTR and an estimate for repair or replacement provided by the Contractor. Contractor shall inspect and replace motor liquid supply line filter. Economizer wire and eliminator shall be inspected. All components and/or subassemblies requiring replacement by these specifications shall utilize new parts as produced by original equipment manufacturer. OIL AND PUMP FILTER: Contractor shall inspect pump, pump motor and/or coupling. Pressure test external oil cooler to assure leak tightness. Oil pressure regulator shall be inspected, oil filters changed, oil changed and inside of sump cleaned. Replacement oil will be provided by the Contractor in accordance with the equipment manufacturer. Contractor shall provide a complete chemical and metals analysis of oil removed. Analysis shall be performed by a laboratory approved by the unit manufacturer. ELECTRICAL: Control panel wiring and terminal tightness shall be confirmed. The following controls and sensors shall be tested: motor temperature control, low temperature control, high pressure control and oil pressure control. Proper function of the anti-cycle timer, time delays, deamed limiter. Contractor shall inspect motor starter contacts. Pilot relays shall be inspected. Overload trip point shall be confirmed by utilizing a solid state overload tester. Overload tester shall be capable of simulating any level of motor current from zero to ten times the rated load amps, simulating the operation of the motor contractor auxiliary, give visual indication of overload trip and distribution fault trip. UNIT ASSEMBLY: Unit reassembly shall require all new gaskets compatible with R-123 as required. The rupture disk shall be replaced with gaskets. The technician will have for reference all tolerance and torque requirements as specified in the Trane Companies equipment manual. All gaskets will be used with appropriate sealant as specified by the unit. Following reassembly, unit shall be pressurized to eight pounds and leak checked with an electronic leak detector using R-22 as a trace gas. Evacuate unit to 700 microns and hold to less than 300 micron rise in a 24 hour period and recharge to proper operating refrigerant level. The refrigerant shall be the responsibility of the government. The Contractor shall provide a complete operating log of unit including a minimum of three sets of readings at various load points. VIBRATION ANALYSIS: The compressor and motor assembly shall be trim balanced while running on air with the suction elbow off. The Contractor will provide the trim nut required. The maximum allowable horizontal and vertical displacement tolerance, while running on air, shall not exceed 0.10 in/sec peak. The Contractor shall not exceed 5 starts in a 24 hour period while balancing the compressor/motor assembly. After start up, the Contractor shall furnish an experienced vibration analysis technician who shall perform a vibration analysis of the centrifugal compressor assembly. The technician shall establish and identify vibration checkpoints for each machine. A hard copy baseline signature shall be generated for each checkpoint at initial start up. This information will confirm the unit is within acceptable tolerances and be the reference for future readings. The maximum allowable displacement in the horizontal and vertical plane shall not exceed 0.25 in/sec peak with an operating charge of refrigerant. The technician shall establish, in conjunction with the COTR, a simplified data logging system utilizing a ?logbook? format. System shall include provisions for a complete case history of each machine, its baseline signatures, machinery guide sheet and Trane chart. OIL SAMPLE ANALYSIS: Contractor shall sample oil after initial two weeks of operation and provide a complete oil analysis by the original equipment manufacturer. The sample data will be provided and the report will identify physical data: moisture in parts per million and total acid. Wear metal data provided in parts per million shall include aluminum, chromium, copper, iron, lead, tin and zinc. An oil sample analysis history as well as a trend analysis report for moisture, total acid and ware metals, as specified above will be provided. PART 4?WARRANTY. WARRANTY REQUIREMENT: The part manufacturer guarantees and warrants the components provided on this project against defects in materials or workmanship or both for a period of one (1) year from date of start up. The Contractor warrants the labor to repair or replace defective parts provided in the scope of this contract. PART 5?WORK SCHEDULE: A. All work is to be accomplished at the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101, between the hours of 8:00 AM through 4:00 PM, Monday through Friday, excluding federal holidays. For any time deviations, prior approval by the operation supervisor shall be required. B. All work shall be accomplished within a two weeks time period from operations check to completion. C. Engineering Service shall be notified three (3) workdays prior to starting work. Phone: 318-424-6008. The Contracting Officer?s Technical Representative (COTR) for this project is Frank Delpapa, phone: 318-221-8411 Ext. 6899. This contracting officer has determined this purchase will be issued under the clauses and provisions of FAR Part 12?Acquisition of Commercial Items. All clauses and provisions in this document carry the same force and effect as given in full text. The full text of a clause or provision may be accessed electronically at either of these addresses: www.arnet.gov/far (FAR); www.va.gov/oamm/vaar (VAAR). The following FAR clauses and provisions shall apply to this solicitation: 52.212-4?Contract Terms and Conditions ? Commercial Items (Oct 2003); 52.252.2 ? Clauses Incorporated by Reference (Feb 1998); 852.237-70 ? Contractor Responsibilities (Apr 1984); 852-270-1 Representative of Contracting Officers (Apr 1984); 52.212-5?Contract Terms and Conditions Required to Implement Statutes and Executive Orders ? Commercial Items (Jun 2004). Under 52.212-5, the following FAR clauses apply: 52.222-3 ? Convict Labor; 52.222-21 ? Prohibition of Segregated Facilities; 52.222-26 ? Equal Opportunity; 52.222-35 ? Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 ? Affirmative Action for Handicapped Workers; 52.222-37 ? Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 ? Buy American Act ? Free Trade Agreements?Israeli Trade Act; Alternate I; 52.232-34 Payment by Electronic Funds Transfer; 52.222-41 ? Service Contract Act of 1965 as Amended; 52.222-42 ? Statement of Equivalent Rates for Federal Hires; 52.222-43 ? Fair Labor Standards Act and Service Contract Act ? Price Adjustment; 52.222-44 ? Fair Labor Standards Act and Service Contract Act ? Price Adjustment. 52.212-1 ? Instruction to Offerors?Commercial Items (Jan 2004); and 52.212-3?Offeror Representations and Certifications?Commercial Items (Jan 2004). Note: The provision 52.212-1 gives instructions to offerors submitting bids. A copy of the provision 52.212-3, must be completed and turned in with the proposal. Offerors must include a price for all items. Failure to submit a price for all items may be cause for rejection of the offer. The offeror shall furnish as part of its proposal all documentation and technical information necessary for the contracting activity to determine whether the offeror meets the requirements of the solicitation. Failure to provide this information shall cause the offer to be rejected as non-responsive. METHOD OF AWARD: Award will be made to that offeror whose quotation is technically acceptable and whose technical/cost relationship is the most advantageous to the Government. While cost is primary to technical, the technical will be a factor in the award decision. Award may not necessarily be made to the offeror submitting the lowest bid. Also, award may not necessarily be made for technical capabilities that would appear to exceed those needed for the successful performance of the work. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and to the advantage of the Government. Award will be made without discussions. The contractor that is awarded this job shall before commencing any work on VA property, furnish the Contracting Officer with a proof of liability insurance on its employees.
 
Web Link
IFB 667-5-05
(http://www.bos.oamm.va.gov/solicitation?number=667-5-05)
 
Place of Performance
Address: 510 East Stoner Avenue
Zip Code: 71101
Country: United States
 
Record
SN00636653-W 20040806/040804211845 (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.