Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOURCES SOUGHT

41 -- McQuay Roof-Mounted Air Handling Unit

Notice Date
4/10/2007
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FE252070800028
 
Response Due
5/12/2007
 
Archive Date
5/27/2007
 
Description
THIS IS NOT A NOTICE OF RFP ISSUANCE. THIS EFFORT IS CONSIDERED COMMERCIAL IN NATURE AND ANY RESULTANT CONTRACT WILL BE AWARDED IAW FAR PART 12. Patrick Air Force Base anticipates a competitive acquisition to provide a McQuay Roof-mounted Air Handling unit model RDS708B or equal unit. Unit performance and electrical characteristics shall be per the technical data schedule. Configuration: Fabricate as a direct replacement. The complete unit shall be ETL/MEA listed. Units shall conform to bi-national standard ANSI/UL Standard 1995/CSA Standard C22.2 No. 236. Units shall be accepted for use in the City of New York by the Department of Building, MEA #368-93-E Vol. II. Unit fans and coils shall be ARI certified. The unit shall be specifically designed for outdoor rooftop application and include a weatherproof cabinet. Unit shall be completely factory assembled and shipped in one piece. The unit shall undergo a complete factory run test prior to shipment. The factory test shall include final balancing of all fan assemblies, and a final unit inspection. The unit shall have decals and tags to indicate caution areas and aid unit service. Unit nameplate shall be fixed to the main control panel door. Electrical wiring diagram shall be attached to the control panel. Installation, operating and maintenance bulletins and start-up forms shall be supplied with the unit. Performance: The scheduled capacity and face area is the minimum accepted value. The scheduled amp, KW, and HP are maximum accepted values that allow scheduled capacity to be met. Unit shall be designed to operate at total static pressures of up to 4.5" w.g. Unit shall have heavy gauge solid galvanized steel liners provided throughout, allowing no exposed insulation within the air stream. All cabinet insulation shall be a nominal 2? thick, 1 ? lb. density, R6.5, glass fiber. Exterior surfaces shall be constructed of pre-painted galvanized steel for aesthetics and long term durability. Paint finish to include a base primer with a high quality, polyester resin topcoat of a neutral beige color. Finished surface to withstand a minimum 750-hour salt spray test in accordance with ASTM B117 standard for salt spray resistance. Service doors shall be provided on both sides of each section in order to provide user access to all unit components. Service doors shall be constructed of heavy gauge galvanized steel with galvanized steel interior liners. All service doors shall be mounted on multiple, stainless steel hinges and shall be secured by a stainless steel latch system that is operated by a single, flush mounted handle. The latch system shall feature a staggered engagement for ease of operation and a safety catch shall protect the user from injury in case a positive pressure door is opened while the fan is operating. Removable panels, or doors secured by multiple, mechanical fasteners are not acceptable. Unit base frame shall be constructed of 8 and 18 gauge prepainted galvanized steel. All fan assemblies shall be statically and dynamically balanced at the factory, including a final trim balance, prior to shipment. All fan assemblies shall employ solid steel fan shafts. Heavy-duty pillow block type, self-aligning, grease lubricated ball bearings shall be used. Bearings shall be sized to provide an L-50 life at 200,000 hours. The entire fan assembly shall be isolated from the fan bulkhead and mounted on spring isolators. Variable pitch V-belt drives with matching belts shall be provided. V-belt drives shall be selected at standard service factor. Fan motors shall be heavy-duty 1800 rpm open drip-proof (ODP), premium efficiency. Motors shall be provided with grease lubricated ball bearing and shall be mounted on an adjustable base that provides for proper alignment and belt tension adjustment. Supply fan shall be a double width, double inlet forward curved centrifugal fan. All fans shall be mounted using shafts and hubs with mating keyways. The forward curved fan wheel and housing shall be fabricated from galvanized steel and shall be Class I construction. Unit SCCR rating to be 10 kAIC. The coil section shall include hinged access doors on both sides of the section. Access doors shall provide easy access to the downstream side of the coil and drain pan. Cooling coil section shall include a positively sloped drain pan. Drain pan shall have a minimum slope of 1/8" per foot to provide positive draining. The drain pan shall extend beyond the leaving side of the coil and underneath the cooling coil connections. The drain pan shall be connected to a threaded drain connection extending through the unit base. The coil section drain pan to be constructed of stainless steel. Field piping must be able to enter through the floor of the unit. All coils are fabricated of seamless 5/8" diameter copper tubing that is mechanically expanded into high efficiency aluminum plate fins. Coils shall be multi-row, staggered tube design per the job schedule. Coil casing shall be stainless steel. All coils shall be factory leak tested with high-pressure air under water. All coils shall be ARI certified. Chilled water coils shall have copper headers complete with supply, return and threaded vent connections. Chilled water coils shall also include threaded drain connections. Unit shall be provided with a draw-through filter section. The filter section shall be supplied complete with the filter rack as an integral part of the unit. The draw-through filter section shall be provided with panel filters. Two inch thick AmericanAirFilter 30% efficient pleated panel filters shall be provided. Filters shall be frame mounted and shall slide into galvanized steel racks contained within the unit. Filters shall be installed in an angular arrangement to maximize filter area and minimize filter face velocity. Filters shall be accessible from both sides of the filter section. Install in accordance with manufacturers instructions. All sources capable of providing these services are being sought. In addition to the information provided below entitled ?Capabilities Package," responding parties must also indicate their size status in relation to the applicable Standard Industrial Classification (SIC) Code 3585 (size standard 100) and North American Industry Classification System (NAICS) code 333415. Sources with 8 (a) status or otherwise classified as a small disadvantaged business should address their status in their responses. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm?s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Submit capabilities packages by mail to ATTN: Glenn W. Scanes, 45 CONS/LGCBA, Bldg. 423, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3238. Responses may also be submitted via fax to ATTN: Glenn W. Scanes, 321-494-2706 or be e-mailed to glenn.scanes@patrick.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 12 MAY 2007. Direct all questions to the attention of Glenn Scanes, 321-494-9958
 
Record
SN01270045-W 20070412/070410220857 (fbodaily.com)
 
Source
FedBizOpps 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.