Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

41 -- USACE, Seattle District is seeking manufacturers and/or distributors of ductless, split system A/C unit/Mini-Split/or VRF Systems. Units must meet requirements of Buy American Act, specifically FAR 52.225-9 Buy American Act

Notice Date
7/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-SS00
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Kathaleen Schollard, 2539664369
 
E-Mail Address
USACE District, Seattle
(kathaleen.schollard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Sources Sought Notice that was posted on July 8, 2011 is being amended to correct a typographical error and to include a Contract Specialist's Point of Contact information. 1. The U.S. Army Corps of Engineers, Seattle District is seeking manufacturers and/or distributors of ductless, split system A/C unit/Mini-Split/or VRF (Variable Refrigerant Flow) Systems. Units must meet requirements of Buy American Act, specifically FAR 52.225-9 Buy American Act - Construction AND be Energy Star Compliant, in accordance with Federal Energy Management Plan requirements and FAR Part 23.203. The requirements for these systems are described in paragraph two (2) below. 2. TECHNICAL REQUIREMENTS: a. Unit shall meet FAR 52.225-9, Buy American Act - Construction b. Unit must comply with FAR Part 23.203 and Federal Energy Management Plan Requirements for Energy Star products. c. Unit shall have a minimum SEER rating of 14. d. Unit shall have a minimum EER rating of 12. e.Unit shall utilize Refrigerant R410A. f. Unit shall be able to maintain system operation at ambient temperature down to zero degrees Fahrenheit. g.Unit shall maintain room space temperature/Drift Set of 72 degrees Fahrenheit and Relative Humidity of 50% b. SUBMISSION REQUIREMENTS: a.Manufacturers and/or suppliers responding to this announcement shall submit the technical specifications, as noted below, for ALL units/sizes that meet the minimum technical requirements defined in Paragraph 2 of this announcement, as follows: a.Size/Capacity: 1 ton, 1.5 ton, 2 ton, 3 ton, etc (12k, 18k, 24k, 36k BTU, etc). b.SEER Rating c.EER Rating d.Refrigerant Type e.Maximum horizontal and vertical lengths of the refrigerant line set f.Fixed or Variable Speed Cooling g.Whether or not the unit has removable access to controls without interrupting airflow and allowing for service without the use of special tools. Type of condensate pan (whether corroding or non-corroding and the type of slope) Wall mounted, floor mounted, or ceiling mounted Whether the thermostat is internal or external Whether the fans and compressors are fixed or variable speed Whether the condenser circuits are or are not pre-piped with start up and head pressure controls Whether the unit has a side or top discharge b.A catalog cut of the units with technical specification demonstrating all compliant units shall be included. c.Provide approximate cost and place of manufacture for each unit. Responses shall be submitted to Ms. Kathaleen Schollard at kathaleen.schollard@usace.army.mil with company name, address, and point of contact including email address. PLEASE NOTE THAT THE ARMY CORPS OF ENGINEERS EMAIL SYSTEM DOES NOT ALLOW RECEIPT OF INDIVIDUAL EMAILS OVER 10MB. If an email response is greater than 10MB, it will not likely be received. As such, responders are advised to reduce file sizes and/or submit responses in multiple emails, if necessary. Responses must be received no later than 2:00 p.m. Pacific Time on Friday, 22 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-SS00/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02496540-W 20110714/110712235405-187f26f8cb27587627b6071034900730 (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.