Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1998 PSA#2134

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

41 -- PORTABLE 300 TON CHILLER SYSTEM, QUANTITY OF TWO (2) SOL RFQ10-98-0051 DUE 073098 POC Lynn E. Rafford, Contract Specialist, Phone (407) 867-7364, Fax (407) 867-1155, Email Lynn.Rafford-1@ksc.nasa.gov -- Lynn E. Rafford, Contract Specialist, Phone (407) 867-7364, Fax (407) 867-1155, Email Lynn.Rafford-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/KSC/date.html#RFQ10-98-0051. E-MAIL: Lynn E. Rafford, Lynn.Rafford-1@ksc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued.This procurement is being conducted under the Simplified Acquisition Procedures (SAP).Statement of Work For the Portable 300-ton Chiller System, Quantity of Two (2)Scope: The contractor shall provide all equipment, material, labor and engineering design necessary to provide a fully functional Portable 300-ton Chiller system. The system shall consist of a single unit 300 ton air-cooled screw type chiller, two pumps, piping, valves, insulation, electrical controller/starter and other electrical items as necessary. The electrical service will be 480 volts, power connection shall be through one single electrical hook-up on the trailer. Chilled water connections shall be at the back end ofthe trailer and 6" flanged.System Description:The portable system will consist of the 300-ton chiller, pumps and associated electrical systems and piping mounted on a trailer designed to accommodate the loads of the equipment while operating. The pumps and associate electrical controls/starters etc shall be located within a weatherproof enclosure to protect them from the elements. The chillers and associated equipment will be 480 volts, 60 hz. The system shall be controlled manually except as noted below. Trailer: A trailer shall be provided to support and transport the entire system. The trailer shall be sized to allow movement of the complete system over the public road system without weight or width permits, length acceptable. The contractor shall provide certification from the chiller manufacturer and the trailer manufacturer of the acceptability of the trailer for its intended use. Trailer characteristics GVWR: 30,000 lbs., Overall Length: 56, Overall Width: 102", Deck Length: 8 Upper/ 40 Drop / 8 OverWheels, Deck Height: 60" Upper Deck / 26" On Drop / 36" Over Wheels, Fain Frame: 14" x 38.0 Steel I-Beam, Outer Rail: 8" x 13.75 steel channel, Cross Members: 4" x 5.4 Steel Channel, Hitch: Step Up for SAE King Pin, Tie Downs: 6 per side 1" forged D-rings, Decking: 2" x 8" Pressure Treated Pine, Fastened with Torx head screws Stainless steel, Corrosion protection: 2 Coats Zinc Chromate Primer / 2 Coast Imron Industrial Paint, Axles: 2 16,000 lb. Oil Bath, Hubs: 4 Budd Style, Tires: 8 215 75 R 17.5 16 PR on tubeless rim, Brakes: Air w/ABS, Lights: 12V D.O.T. Approved, Truck Lite Rubbe Mounted with 7-way Semi plug, Wiring: Protected In Conduit. Truck -- 8 x 56 15 ton Double Drop Deck Trailer by Crosley Trailers, Inc. Starke, FL. Or approved equal.Pump: The pumps shall operate only one at a time, each capable of meeting the needs of the chiller. NPSH shall exceed the required NPSH by more than 1.5 feet of head. Pump Impeller shall be 15% greater than published minimum diameter and 10% less that published maximum diameter. Impeller assemblies shall be balanced to within .5% of weight times impeller radius squared. Casing shall be flanged connections with trap equipped openings for air venting, priming, draining and suction and discharge gages. Pump shall be convertible to packing service without machining of casing. Wear rings on casing and impeller shall be provided. Mechanical seals shall be Mfg. Standard. Bearings shall be heavy-duty ball or roller type and have a L10 life of not less than 20,000 hours. Bearings shall be grease lubricated with fittings for supply and relief located at the bottom of the bearing. Pump and driver shall be mounded on a common bedplate constructed for maximum rigidity. The Pump Mfg shall supply motors. Alignment of pump and driver shall not exceed .5 degree angularity and parallel misalignment of .002 inches. The piping of the system will include manual valves to allow manual selection of which pump will be operated. A schematic of the pump and required accessories is attached. Thepumps shall be controlled through the use of a Hand Off Auto switch. Minimum Efficiency 80%, Head 50 feet H2O, 720 GPM, 480 volt 3 phase 60 hz. Pumps shall be flexible coupled end suction centrifugal. Motor selection shall be non-overloading at any point on the operation curve. Motor shall be TEFC. Pump Bell & Gossett series 1510 or approved equal.Chillers: Air-cooled rotary liquid chiller with a maximum of 2 refrigerant circuits. The chillers shall be started manually but will use a control system internal to the chiller to maintain leaving chilled water temperature 1 = degree F of set point. The chiller shall include factory installed fused disconnect or circuit breaker and control transformer for each circuit. The chiller shall be equipped for low ambient temperature operation (25 degrees F). Chiller shall have a minimum EER of 9.9 based on ARI rating of 440F Leaving water temperature and 950F entering air temperature. Unit shall be constructed for seaside operation including galvanized sheet and structural members. Exposed fasteners shall be stainless steel. Compressor shall be rotary screw semi-hermetic, direct drive, 3600 rpm, with capacity control slide valve, rolling element bearings, differential refrigerant pressure oil pump and oil heater. Check valves in the compressor discharge and lub oil system and a solenoid valve in the lub system shall be provided. Evaporator, shell and tube type, seemless copper tubing with integral fins expanded into tube sheet. Condenser shall have copper fins bonded to copper tubing, alternatively aluminum fins coated with either a vinyl coating added prior to fin fabrication or phenolic coating of the completed coil. Unit shall start and operate down to 20 degrees F. Factory installed accessories: Liquid line solenoid valve, Filter dryer(replaceable) Liquid line sight glass and moisture indicator, Thermal expansion valve, Charging valve, Insulated scution line, Compressor discharge service valve. Control panel shall have separate sections for starter and refrigeration controls, for each compressor and be located on the chiller. Control panels shall be factory assembled, wired in accordance with UL and NFPA 70 requirements, with a single point power connection. Panels shall be weatherproof. Control panel starter section shall have: Circuit breaker type combination starter, Control power fuse, Control power transformer for 115 volt control voltage, terminal blocks for main power supply and auxiliary connections clearly identified, pump down control relay, compressor starter relay, reset relay, non recycling compressor overload relay, anti recycle timer. Refrigeration section panel shall have: High-pressure control, low pressure control, motor protection, oil pressure control. The following shall be mounted on the control panel face: Compressor run, System start/stop switch, hand off auto switch, chilled water temperature (supply and return and set point), Suction and discharge pressures and temperatures, Compressor lead lag switch, demand limit switch. Provide the following operating controls: multi step capacity in response to leaving chilled water temp, five minute off timer to prevent short cycling, part winding start timer, periodic pumpout timer, load limit thermostat, three phase monitor to protect unit by stopping compressor on phase or voltage abnormalities, cycle count and hour meter for compressors. Alarm package to indicate alarm and type of alarm. Menu driven digital display for operating parameters of compressor and chilled water circuits. Chiller -- Trane RTAA300 or approved equal.Piping: Chilled water Piping will be 6" minimum. Short reduction in size is permitted for transition to and from equipment. Piping and valves shall be insulated. Pump insulation is not required. Piping shall be supported to prevent movement during transportation and operation. The inlet and outlet of the piping shall be at the back end of the trailer and terminate in a flange connection. Pipe shall be schedule 40 conforming to ASTM A53. Fittings shall conform to ASTM A 234 and ASME B16.9 Fittings: ASME B16.9 to match pipe wall. Flanges: ASME B16.5 150 pound forged steel. Pump suction diffuser ASME B16.1 class 125, angle body type, with straightening vanes and combination diffusers/strainers/orifice cylinder, orifice cylinder shall have a free area equal to five times the cross section area of pump suction opening. Butterfly valves shall conform to MSS SP-67, rated for service of 150 psig shutoff and non shock working pressure, bodies cast ferrous metal conforming to ASTM A126, class B and ASME B16.1for wall thickness, seats and seals shall be resilient elastomer type field removable and replaceable. Check valves, bronze trim swing type, bodies cast iron conforming to ASTM A 126 Class A, swing check pin AISI Type 316, with external spring loaded positive closure device. Pump discharge valve, designed to perform function of non-slam check valve, shutoff valve, calibrated balancing valve and system flow meter, fitted with bronze seat, replaceable bronze disk, stainless steel stem and chatter preventing spring. Each valve shall be equipped with brass readout valves for taking differential pressure readings across the orifice. Pipe routing on the trailer shall be accomplished to minimize fittings.Electrical: motor controllers shall conform to NEMA ICS 1, NEMA ICS 2, UL 508 and NFPA 70(National Electric Code). Controllers shall have thermal overload protection in each phase, overcurrent protection shall include three manually re-settable thermal overload devices, one in each pole of the controller. Thermal overload relays shall be melting alloy type with continuous current ratings and service limit current ratings with a plus or minus 15 percent adjustment to compensate for ambient operation conditions. External manual reset button shall be provided to re-establish control power to the holding coil of the electromagnet. Resetting of tripped overload shall not cause motor to start. Enclosure shall as appropriate for environment and code. Submittals Required:Trailer -- Trailer foundation data shallinclude plan dimensions of trailer and relative elevations, equipment weight, operating loads and travel loads, horizontal and vertical clearances for travel.Trailer certification -- Trailer Mfg.Trailer Certification -- Chiller Mfg.Trailer -- Parts ManualElectrical Schematic -- Chiller system external to chiller and pumpPiping Schematic -- Piping components and piping as to be installed on trailerChiller -- Operation and Maintenance manualsPump -- Operation and Maintenance manualsPump -- Equipment and Performance data consisting of pump curves (GPM vs. total head in feet per rpm)Pump -- Mfg. s published catalog and design data.Chiller Selection -- Mfg. s published catalog and design data.Valves and piping -- Mfg. s catalog data Chilled water pump detail and evaporator pipe detail diagrams are located at the following address: http://nais.msfc.nasa.gov/EPS/KSC/Synopses/RFQ10-98-0051/The provisions and clauses in the RFQ are those in effect through FAC 97-04.The SIC code and the small business size standard for this procurement are 5078 and 100, respectively. The quoter shall state in their quotation their size status for this procurement.All qualified responsible business sources may submit a quotation which shall be considered by the agency.Delivery to Kennedy Space Center, FL, is required within 63 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A7.Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.htmlto submit a quotation.Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin.The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.212-5 Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Commercial Items (Apr 1998) (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of (c) law or executive orders applicable to acquisitions of commercial items or components:_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) [Reserved] _X_ (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (5) 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). _X_ (6) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (7) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X_ (8) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). _X_ (9) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). _X_ (10) 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10). _X_ (11) 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). ___ (12) [Reserved] _X_ (13) 52.225-18, European Union Sanction for End Products (E.O. 12849). ___ (14) 52.225-19, European Union Sanction for Services (E.O. 12849). ___ (15)(i) 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). ___ (ii) Alternate I of 52.225-21. ___ (16) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (17) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: _X_ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 5), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S.- Flagged Commercial Vessels (46 U.S.C.(flow down not required for subcontracts awarded beginning May 1996).Questions regarding this acquisition must be submitted in writing no later than July 14, 1998 to:Lynn RaffordNASA ProcurementMailcode: OP-OSOKennedy Space Center, FL 32899Telephone: 407 867-7364Facsimile: 407 867-1188Quotations are due by July 30, 1998 at 4:30 pm to the address specified above.Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement.Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet.An ombudsman has been appointed -- See Internet Note "B".Prospective quoters shall notify this office of their intent to submit a quotation . It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 07/08/98. (0189)

Loren Data Corp. http://www.ld.com (SYN# 0338 19980710\41-0001.SOL)


41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page