Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOURCES SOUGHT

41 -- 40 Ton High Efficiency Air-Cool Chiller & 20 Ton Air Cooled Chiller

Notice Date
7/24/2014
 
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, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B198
 
Point of Contact
Yolanda A. Butler, Phone: 3214944395, Antonino E. Lyons II, Phone: 3214947092
 
E-Mail Address
Yolanda.Butler@Patrick.AF.Mil, Antonino.Lyons@us.af.mil
(Yolanda.Butler@Patrick.AF.Mil, Antonino.Lyons@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 333415. The size standard for NAICS is 750 employees. The requirement is to determine available sources for 2 items: 40 Ton High Efficiency Air-Cooled Scroll Chiller, 20 Ton Air Cooled Chiller 40 Ton High Efficiency Salient Characteristics: 40 nominal tons, 208 volt 3 phases. Scroll compressors, produce 40-50 degree leaving water solution, low sounding condenser fans, high efficiency/performance, full factory refrigerant charge (HFC-410A), factory installed flow switch, single point power connection, wide ambient operation from 0 F to 120 F, grooved pipe connection for install, insulation high humidity/low evaporator temperature, across the line starter, circuit breaker-high fault rated, control panel, translator for LonWorks or Lon-Talk, Circuit Breaker for electrical protection and shock, service to connect controls to facility, corrosion protection for condenser coil & cabinet, 5 year parts/labor/refrigerant, warranty, high-amperage short circuit rating, architectural/ louvered panel guards, without pump-package, factory installed water strainer and external protection, vibration/base mount chiller attachments. 20 Ton Air Cooled Chiller Salient Characteristics: Evaporator Information: • Fluid Type: Fresh Water • Fouling Factor: 0.00010 (hr-sqft-F)/BTU • Leaving Temperature: 44.0 °F • Entering Temperature: 54.0 °F • Fluid Flow: 49.6 gpm • Pressure Drop: 15.7 ft wg Condenser Information: • Fluid Type: Fresh Water • Fouling Factor: 0.00025 (hr-sqft-F)/BTU • Leaving Temperature: 95.0 °F • Entering Temperature: 85.0 °F • Fluid Flow: 60.2 gpm • Pressure Drop: 14.8 ft wg Performance Information: • Cooling Capacity: 20.7 Tons • Heating Capacity: 299359.0 BTU/hr • Total Unit Power: 15.6 kW • Cooling Efficiency: 15.91 EER • Cooling Efficiency: 0.754 kW/Ton • Heating Efficiency: 19.150 EER • Electrical Information • Unit Voltage: 208/230-3-60 V-Ph-Hz • Connection Type: Single Point • Minimum Voltage: 187 Volts • Maximum Voltage: 254 Volts • Accessories - Flow Switch, 5 year compressor parts warranty, non-fused disconnect, water-regulating valve, isolator pads, manufacturer assist start-up, Y-strainer, Navigator if by "Carrier'' and Sound attenuator around compressors. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil Please provide the GSA contract number applicable to this requirement. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Submit capabilities packages by mail to 45 CONS/LGCB, Attn: FA2521-14-Q-B198, 1201 Edward H. White II Street, Bldg. 423, Room N205, Patrick AFB, FL 32925-3238 or email 45cons.lgcb.e-bids@us.af.mil. RESPONSES ARE DUE NO LATER THAN 31 July 2014 at 3:30pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B198/listing.html)
 
Place of Performance
Address: 45 CES, 734 DELTA DR. BLDG.710, PATRICK AFB, 32925, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03437705-W 20140726/140725000243-5cc7b6375fdd6e8617ae7e790ee56bbb (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.