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