Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOLICITATION NOTICE

41 -- SOLE SOURCE - ENVIRONMENTAL CONTROL UNITS/TEMPERATURE CONTROL OF SHELTERS OR CHAMBERS IN HARSH ENVIRONMENTS - 17Q0004_sol

Notice Date
3/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417Q0004
 
Archive Date
5/11/2017
 
Point of Contact
Theresa Jones, Phone: 812-854-4338
 
E-Mail Address
Theresa.a.jones2@navy.mil
(Theresa.a.jones2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
17Q0004_sol N0016417Q0004 -SOLE SOURCE - ENVIRONMENTAL CONTROL UNITS/TEMPERATURE CONTROL OF SHELTERS OR CHAMBERS IN HARSH ENVIRONMENTS - FSC 4120 - NAICS 333415 Issue Date: 22 March 2017 Closing Date: 27 March 2017 Time 3:00 P.M. EDT The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source and source's authorized distributors, Ice Qube, Inc. 141 Wilson Ave., Greensburg, PA 15601under the authority of FAR 6.302-1(a) (2).The OEM owns all proprietary data for this equipment. This is being sole sourced because the items are replacement parts for current fielded systems. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely for the purpose of determining whether to conduct a competitive procurement. Naval Surface Warfare Center (NSWC) Crane Division intends to solicit, negotiate, and enter into a Firm Fixed Price Commercial Supply Contract IAW FAR 13, Simplified Acquisition Procedures for the following procurement: CLIN0001 Environmental Control Unit QTY 11 Specification for Environmental Control Unit (ECU) I1B1 Fixed Site Shelter SWXQ179219 1. Mechanical Dimensions: a. Maximum Height shall not exceed 52.125" (-2.00" / +0.000") b. Maximum Width shall not exceed 18.00" (-2.00" / +0.00") c. Maximum Depth shall not exceed 11.00" (-2.00" / +0.00") d. Hot side air inlet shall be located on the left side of the ECU cabinet. e. Hot side air outlet shall be located on the front side of the ECU cabinet. f. Cold side air inlet and outlet shall be located on the back side and in the upper quadrant of the backside panel, and the cold side inlet shall be located below the cold side outlet. g. Power cord and access to remote control shall be located on the backside. Note: Pictorial diagram is provided for reference use only. The ECU height and hot side air inlet and outlet positions, cold side air inlet and outlet positions, power cord location, and remote control interface location are critical to the I1B1 Receiver / Transmitter (R/T) system integration with the I1B1 Fixed Site Shelter. For reference purposes, the ECU "back" shall be the panel which mounts to the R/T pod and through which the conditioned air passes. Left, right, and front sides are defined relative to the back side, accordingly. Positions of conditioned air inlets and outlets are critical to R/T pod and include electronics air flow dynamics. 2. Performance Characteristics: a. Nominal cooling capacity at standard temperature, humidity, and pressure: 8,000 BTU/HR, minimum b. HFC refrigerant (reference Air Force Pamphlet 32-7089 Section A12.3.2 - Alternates to R-22). This pamphlet is provided as Government Furnished Information (GFI). c. Power Source: 120 Vac, Single Phase, 60 Hz d. Maximum Current (including starting current); 15 Amperes e. Heating capacity: 400 Watts (nominal) f. Maintain NEMA 4X environmental protection rating. g. Anti-Corrosion protection applied to the copper condenser coils. (To protect against salt-air environment) h. Requires built-in condensate evaporation. i. Requires remote (auxiliary) control and display unit, installed. j. Unit shall be designed for sustained high ambient temperature operation. The ECU shall continue to operate at +135° F ambient temperature. k. Based upon the R/T equipment suite heat dissipation requirement, the ECU shall be capable of developing a minimum of 6,400 BTU/HR cooling capacity while maintaining return air at +105° F, against ambient air temperature of +130° F. 3. Reliability and Maintainability Requirements: a. The mean time to perform preventive maintenance shall not exceed 15 minutes. b. The mean time between critical failures shall be greater than or equal to: 50,000 hours. (Critical failures are defined as failure of the compressor, fans, condenser, or controller.) Inspection and Acceptance is to be at destination with deliver F.O.B. Destination: NSWC Crane, IN 47522-5001. To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov All changes to the requirement that occur prior to the closing date will be posted in FedBizOpps. It is the responsibility of interested vendors to monitor the FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in the format specified in the solicitation. It is the responsibility of the offeror to submit offers to the POC at NSWC Crane. The POC is Ms. Theresa Jones, Code 0253, Telephone 812-854-4338. Offers may be emailed to Theresa.a.jones2@navy.mil. All required information must be received on or before 27 March 2017. Time 3:00 P.M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417Q0004/listing.html)
 
Record
SN04444361-W 20170324/170322235220-c24128c3f95ff0fd0fe6a24650968388 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.