Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOLICITATION NOTICE

41 -- Air Conditioning, Refrigeration and Chill-Water Distribution System

Notice Date
11/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-50027
 
Response Due
11/23/2007
 
Archive Date
2/11/2008
 
Point of Contact
Jean-Claude Amisial, Acquisition Specialist, Phone 410-762-6749, Fax 410-762-6120, - Teresa Smith, Jr. Acquisition Specialist, Phone 410-762-6238, Fax 410-762-6120
 
E-Mail Address
jean-claude.amisial@uscg.mil, teresa.a.smith@uscg.mil
 
Description
The U.S. Coast Guard intends to solicit with only one source, the Original Equipment Manufacturer (OEM), York International, Inc. (York) to obtain parts and technical services specific to the 418 ft Large Maritime Security Cutter (WMSL), Legend Class of Coast Guard Cutters, under the authority of FAR 6.302-1 and FAR 27.402(b). These parts and services directly support maintenance and operations of the Air Conditioning, Refrigeration (AC&R) and Chill-Water Distribution System on board the 418 ft WMSL Legend Class of Coast Guard Cutters. This notice of intent is NOT a Request for Competitive Proposals. No contract award will be made on the basis of this notice. Historically, the WMSL AC&R and Chill-Water Distribution System maintenance parts and services have been available from only one known source, York International. York is the designer and sole source integrator of the AC&R and Chill-Water Distribution System, and is the only known source with the engineering experience, technical data, and capability to analyze all the components simultaneously necessary for the performance of this effort. York can furnish the required parts and ensure the proper fit, form and function of all its components. York will establish a maintenance parts and technical services program to support the AC&R and Chill-Water Distribution system installed on the National Security Cutter (NSC). The major components of the system include three York MarinePak R-134a 130 ton Chiller units, model# YCWS0240-46YB and two York MarinePak (HSN 5353-25) 3.2 ton R-134a condensing units serving 6 unit coolers in three refrigerated spaces. Three 520 GPM chill water pump/motors, two chill water expansion tanks (570 & 310 gallon) and three motor operated valves. All labor shall be performed by the OEM certified and authorized machinists, mechanics and technicians. The requirement is for one base year plus 2 one-year option periods. This requirement is subject to the availability of funds. NOTE: No Technical Data Package is available from the Government. The Government does not have complete specification, plans, or drawings available, and cannot provide them to the contractor. Concerns having the expertise and required capabilities to furnish the above are invited to submit complete information discussing the same within ten (10) days of this announcement. However, other potential sources desiring to furnish other than OEM parts and services are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts and services (i.e. salient physical, functional and serviceability characteristics); 2) Complete and current information on training and configuration control of the AC&R and Chill-Water Distribution system (i.e. technical manuals, engineering changes and software). This data must include sufficient information to allow the USCG to evaluate the proposal relative to the above requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. This information is due within ten (10) days from the date of this announcement Information received will be considered SOLELY for the purpose of determining whether to conduct a competitive procurement in the future. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. The submission of this data for review shall not impede award of this procurement. No cost or pricing data is required. This notice does not constitute a solicitation document, and request for such documents will not be considered. The Government will not pay for information received. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-NOV-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-08-Q-50027/listing.html)
 
Place of Performance
Address: Department of Homeland Security United States Coast Guard (USCG) Commanding Officer, USCG Engineering Logistics Center 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, Maryland
Zip Code: 21226-5000
Country: UNITED STATES
 
Record
SN01451447-F 20071115/071113224241 (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.