Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
DOCUMENT

41 -- AIR HANDLER UNITS - Attachment

Notice Date
3/30/2012
 
Notice Type
Attachment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24812Q1175
 
Response Due
4/5/2012
 
Archive Date
4/15/2012
 
Point of Contact
Mark Cline
 
E-Mail Address
9-3342<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Mark L. Cline 10000 Bay Pines Blvd Building 2 Room 314 St. Petersburg, FL 33744 727 399- 3342 727 399-3346 mark.cline@va.govBay Pines VA Healthcare System The Department of Veterans Affairs, Bay Pines VA Healthcare System 10000 Bay Pines Blvd St. Petersburg FL 33744 intends to purchase the following (RFQ) Request for Quote to meet or exceed items listed below: This is a SDVOSB Service Disabled Veteran Owned Small Business set-aside. VOSB Veteran Owned Small Businesses may be considered. All vendors must be registered and certified in the VetBiz Registry. All quotes must be received by the contracting officer via e-mail at: mark.cline@va.gov titled (Air Handler RFQ) no later than 5 April, 2012, 8 PM EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-248-12-Q-1175 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective September 16, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is: 333415. (RFQ) Must be quoted ALL or None. *See Items List Below: LINE ITEM # 1 QUANTITY--(2) EACH CHILLER PACKAGE VX035DZV CHILLERS UNIT SPECIFICATIONS 34.9 tons each at 44 ° F leaving water/glycol - 95 F ° ambient cond. at 120 F °: SP-5 Single 5 hp pump package, 165 GPM at 80 HF with 10 gallon expansion tank: System Remote Master with communications card for either BAC net IP or MS/TP. 208/3/60 INCLUDED: Electro fin Ecoat type coating on condenser coils, based on two coils: Fan speed control of both fans on head pressure (unit will operate between 40 to 92 degrees) Two chillers and pump package epoxy coated inside and out: MECHANICAL SPECIFICATIONS: MODEL VX35DZV DUAL CIRCUIT - DUAL 410A SCROLL COMPRESSOR OUTDOOR AIR COOLED CHILLER - 2 YEAR compressor replacement parts warranty and 2 YEAR parts warranty on the balance of the unit. - Long lasting non-rusting galvanized steel frame with epoxy coated fan coil guards. - Long lasting stainless steel evaporator. COMPRESSORS: Two (2) 17.5 hp 410A "SCROLL" compressors rubber mounted with oil sight glass. Four (4) steps of capacity control by compressor cycling and hot gas by-pass, 100%, 75%, 50%, 25% off. Internal motor protection in windings. Line voltage volt crankcase heater off when the compressor is operating. EVAPORATOR: One (1) 35 ton dual 316L stainless steel brazed plate. Insulated outside 1" arm flex insulation. Water flow switch. Maximum working pressure 650 psi at a maximum working temperature 383 F. Inlet grooved strainer with stainless steel filter. Inlet and outlet shut-off valves with grooved couplings for chiller service. CONDENSER: Two (2) 17.5 ton all aluminum micro channel condensers rated for 650 psi. Two (2) propeller fans each driven by a 2 hp 1140 rpm motor. Thermal expansion valve. Sight glass moisture indicator. Liquid line solenoid and filter dryer. Liquid line shut-off valve after dryer to allow for filter dryer replacement. Hot gas by-pass solenoid with shut-off valve. Small liquid receiver with pressure relief valve and inlet and outlet shut-off valves. ACR type L copper and fittings brazed with a minimum 15% silver silfos. Nitrogen is circulated through the copper pipe and fittings during brazing. ELECTRICAL COMPONENTS: NEMA 4 control panel. Phase loss, phase reversal, phase unbalance, under and over voltage monitor. Power distribution block. Compressor three phase fuses. Compressor across-the-line contactors. Crankcase heater fuses. 24 VAC control transformer with primary and secondary fuses. On-off switch and chiller controller. CONTROL PANEL: NEMA 4 control panel complete with through-the-door non-fused weatherproof disconnect, pump three phase fuses, pump motor starter with thermal CHILLER CONTROL: Mounted inside control panel. Has a built in four (4) line liquid crystal display. Protects compressor from fault conditions. Prevents short cycling of compressor. Automatically takes control of the chiller if the master controller should fail. Back net output is provided; integration into BMS is by others. CHILLER CONTROLLER SENSOR INPUTS: COMPRESSOR: Entering chilled water. Low refrigerant pressure display and freeze fault Leaving chilled water and low temperature safety. High refrigerant pressure display and fault. Chilled water flow switch. Second manual high pressure cut in comp. circuit Compressor internal discharge high temperature fault and motor internal thermal overload protection. CHILLER CONTROLLER OUTPUTS: Outputs start compressors. Outputs for hot-gas by-pass. Output for alarm. Output to VFD for condenser fan speed control FRAME: Formed mild steel sheet metal. epoxy coated coil guard. VOLTAGE: 208/3/60 MODEL SP - 5 SINGLE PUMP PACKAGE ONE (1) CENTRIFUGAL PUMP: Cast iron close coupled to a 5 hp 3500 rpm TEFC pump motor. Pump supplies 168 gpm at 85 hf (36 psi). NOTE: PUMP HEAD IS ESTIMATE. PUMP FITTINGS: 3" single in and out connection and complete with suction shut-off valve, suction air scoop with automatic air vent top mounted, suction filter, suction union, discharge union, discharge check valve, discharge shut-off valve and discharge pressure gauge with isolation valve. CONTROL PANEL: NEMA 4 control panel complete with through-the-door non-fused weatherproof disconnect, pump three phase fuses, pump motor starter with thermal overload protection, control transformer with primary and secondary fuses hand-off-auto weatherproof switch and power on light. Pump is started from by the System Remote Master BASE FRAME and HOUSING: Formed from mild steel sheet metal for base frame, top, side and end panels. EXPANSION TANK: ASME approved 10 gallon replaceable bladder type expansion tank. Tank complete with a replaceable butyl rubber bladder, a 1/4" Schrader charging valve and pre-charged to 12 psi, dual purpose system water fill valve pressure reducing and pressure relief (pressure reducing to 12 psi and pressure relief set for 100 psi). Suction air scoop with automatic air vent. All components mounted inside pump housing and is prepiped and wired. VOLTAGE: 208/3/60. LINE ITEM # 2-QUANTITY--(4) EACH ENERGY RECOVERY UNITS AMERICAN ALDES MODEL ERV600 FDI, SENSIBLE AND LATENT ENERGYRECOVERY UNIT. Supply and exhaust motors, 120-60-1, independent variable speed for adjustments of supply and exhaust balancing. Low voltage dry contacts Supply air damper Exhaust air damper Internal filters Polymer energy recovery membranes with no cross contamination. For Indoor operation. LINE ITEM # 3-QUANTITY--(1) EACH\ Basement DH / Recirculation Unit. MODEL PAMZCWCW400PF, MULTI-ZONE, CUSTOM AIR HANDING UNITS. 4000CFM, 206,000BTUH NOMINAL CAPACITY INDOOR, MODULAR CONSTRUCTION PROX: 12L X 4'W X 4'H Unit Frame: 2" Thermal Break Frame The unit frame will be manufactured of high strength 6063-T5 extruded aluminum material, with an integral polymer thermal break design. The integrated polymer thermal break shall connect an internal extrusion and an external extrusion. The internal and external extrusions each have an integrated slot such that the integrated polymer thermal break is mechanically secured into the extrusions to provide a fully, thermally broken frame that is one solid piece. Profiles and omegas are to be heavy extruded aluminum as manufactured by Modular Framing Systems of Houston, TX. A continuous 3/8" thermal clearance will be maintained between inner and outer frame segments, thermally isolating all inner surfaces from the outer portion of the frame and the unit. Corners are precision cast of high-density thermal insulating polymer material and designed to provide for an interference fit with the framing profiles. All elements of the structural frame system will be secured with stainless steel or aluminum hardware in a manner that permits no penetration from outer wall to inner wall. By design the framing material forms an internal flange, 0.6" (15mm) thick, for sealing of unit panels. Frame systems which do not have the thermal break mechanically integrated into the frame are not permitted. Frame systems which rely on 1/4" foam gasketing to provide thermal break, are not permitted. Structural Base: Aluminum Channel Base Aluminum channel base will be 4" X 2" Aluminum C channel, and attached to the unit casing in such a way as to not violate the thermal break integrity of the unit casing. Structural base for outdoor units will be sealed to prevent rain intrusion. Lifting points will be provided. Unit Casing Panels: 2" Thermal break Panel Unit walls, floor, and roof will utilize panels of Laminator's Thermolite 2" material. Panel material will have Inner aluminum surface, laminated to a high-density polymer structural extrusion, a high-density styrene closed cell insulation, a second high-density polymer structural extrusion and outer aluminum skin. A Minimum of 17/8" clearance between inner and outer metal walls will be provided. All perimeter edges will be sealed. An NQ20 coating will be applied to the inner and outer surfaces, and carry a ten year limited warranty. The panel material will be certified to withstand 140MPH wind loads on minimum 48" centers. Access Panels Hinged Access Doors Hinged access doors are double wall insulated thermal break with integral extruded thermal break frame. Door exterior will be a.050 embossed aluminum finish. Door interior shall be.063 smooth aluminum finish. Door core shall be injected 2.25 pound density polyurethane foam insulation. Dual gaskets shall be located on frame innermost flange and frame outermost flange, sealing the perimeter of the door from ambient or internal air movement. Door edge will be sealed to prevent moisture penetration of the insulating material. Stainless steel hinge shall be continuous external for out-swing doors and run the full length of the door. Non-corroding, non-conducting handles and latches shall secure the door providing an airtight seal. Doors shall be rated for less than 2% leakage@10"WG. Doors shall be mounted in units with all cavities foam filled and sealed. Cooling Coils Chilled Water Cooling Coils Cooling Coils will be of copper tube aluminum fin type. Coil casing will be galvanized steel. Copper tubes shall be 5/8" with minimum wall of.049 tube material. Fins shall be heavy-duty aluminum of.010"minimumthicknesswith not more than 12 fins per inch. Coils are dip coated with Electro fin Ecoat system. Spray type coatings are not permitted. Coils shall have copper sweat connections or brass MIPT connections per customer specifications. All coils to be ARI rated and have identification tags. Heating Coils Hot Water Heating Coils Cooling Coils will be of copper tube aluminum fin type. Coil casing will be galvanized steel. Copper tubes shall be 5/8" with minimum wall of.049 tube material. Fins shall be heavy-duty aluminum of.010"minimumthicknesswith not more than 12 fins per inch. Coils are dip coated with Electro fin Ecoat system. Spray type coatings are not permitted. Coils shall have copper sweat connections or brass MIPT connections per customer specifications. All coils to be ARI rated and have identification tags. Drain Pan Drain Pans shall be sloped IAQ configuration, manufactured of heavy-duty stainless steel, Drain pans will cover the floor of the coil sections and extend sufficient distance to catch water carry-over from the coil. Drain pans will be sealed and insulated against the sides and the floor of the unit. Drains will be sized to carry all generated condensation, and will not allow water to stand in the pan. Drains will exit the unit per plans via SS nipple with MIPT threads. Fan Assembly Arrangement 4 Fan Direct Driven SWSI Fan Assemblies will be backwardly inclined or mixed flow direct driven fans. Fan wheels to be Aluminum or high-density polymer construction. Wheel diameters will be optimized to minimize fan speed, and sound generation. Special design characteristics will including percent width and percent diameter wheels as needed. Fan inlets will have a deep spun inlet. All steel components will be coated with an epoxy finish. Motor: TEFC Motors shall be premium efficiency, Class F insulation, meeting current federal efficiency standards, and have self-lubricating sealed bearings. Motors will be enclosure, power, and horsepower as specified and will have a 1.15 service factor. Motors will carry a UL label. Motors will be of a manufacture and type readily available from local sources. Variable Frequency Drives: VFD Mounted By Factory AC Tech variable frequency drive will be supplied by factory, and will be factory mounted and wired to the motor. Unit motor control will be handled through factory mounted controls and or the VFD. The VFD shall have contact points for start / stop, variable analog speed input control and alarm output contacts. Drive will have inlet line reactors. Control inputs shall have capability of remote or local control. Electronic bypass will be provided when called for by VA Bay Pines. Drives mounted integral on outdoor equipment, will be housed in an internal, ventilated control cabinet. Circuit boards will be protected with a conformal coating. Dampers: OA Dampers OA dampers are all aluminum construction, with neoprene edge seals and jam seals, dampers to have airfoil blades and opposed blade design. OA inlet hood will be of size and design to prevent windblown rain from entering unit. Dampers: Zone Dampers OA dampers are all aluminum construction, with neoprene edge seals and jam seals, dampers to have airfoil blades and opposed blade design. Dampers are unit mounted. Damper Actuator: Actuator By Factory Damper actuator and linkage are to be factory provided and mounted. Actuator will be modulating or two position, with spring return as specified, 24volt power. Isolation: Spring Isolation The entire fan assembly will be isolated withminimum95%isolation efficiency spring isolators. 1" deflection, aluminum housing with coated springs. Filter: Pre-Filter Frames: Frames for filters shall be heavy duty extruded or fabricated aluminum, frames will be designed for side access. Frame track will have fiber seals and or foam gasket end seals to prevent air bypass. The frame assembly shall be integral to the unit and sealed to prevent air bypass. 2" Pre-Filters Pre-filters will be 2" 35% eff. pleated with non-moisture absorbing media. Electrical: Electrical shall be designed for single point power supply to the motor. Unit voltage and power requirements will be per specification. Control panel box will be isolated and provide adequate space for VFD and field mounted controls. Chilled Water and Hot Water Control Valve: A 2 way or 3-Way chilled water valve will be provided per specifications. The valve will be shipped loose for field installation by others. The valve will be properly sized for the fluid flow and pressure drop. If required, a custom enclosure will be provided, integral with the unit, to allow for piping entrance and mounting of the control valves. Piping section will be adequate to house piping brought through the curb and unit floor and into the box for distribution throughout the unit. Contractor will field pipe all components. UV Light A UV light system will be provided in the blower section. Light system will be of size and capacity to assure effective destruction of biological materials. Bulbs will be rated at 17,000 mw / cmsq., and have minimum effective life of two years. Door safety interlock switch is to be factory provided, mounted, and wired. Duct Orientation Unit discharge and return duct locations shall be coordinated with the Engineer and installing contractor and final orientation to be designated prior to unit fabrication. Modular Construction When required, the unit is designed in modules to allow passage through available openings. Modules bolt together quickly to form an air tight thermal break assembly. Place of performance: Bay Pines VAMC 10000 Bay Pines Blvd. Bay Pines, FL 33744 The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due via e-mail no later than 8:00 PM EST on 5 April, 2012. Direct all questions regarding this acquisition to mark.cline@va.gov prior to quote submission due date. Contracting Office Address: Department of Veterans Affairs; Contracting Office (248) Network Contracting Office 8 10000 Bay Pines Blvd St. Petersburg FL, 33744 Place of Performance: VA Medical Hospital 10000 Bay Pines Blvd Bay Pines FL 33744 US Point of Contact(s): Mark L. Cline
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24812Q1175/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-Q-1175 VA248-12-Q-1175.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=315350&FileName=VA248-12-Q-1175-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=315350&FileName=VA248-12-Q-1175-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02710849-W 20120401/120330235754-7498a23665ce6205d99b16477cc9b4ad (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.