SOLICITATION NOTICE
41 -- Packaged Air Cooled Helical Rotary Water Chiller, Trane Model RTAC-140
- Notice Date
- 3/14/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189-02-T-0398
- Response Due
- 3/28/2002
- Archive Date
- 4/12/2002
- Point of Contact
- David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333,
- E-Mail Address
-
david_c_zareczny@nor.fisc.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-02-T-0398 a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase on a sole source basis the following item: (1) 1 Each, Packaged Air Cooled Helical Rotary Water Chiller, with the following minimum features and accessories; Manufacturer Trane, Model Number RTAC-140, Minimum Cooling Tons 137.7, Entering Fluid Temperature 54.6 Degrees F, Leaving Fluid Temperature 44.0 degrees F, Fluid Type Ethylene Glycol, Fluid Concentration 35% (By Weight), Fluid Flow Rate (GPM) 350, Maximum Fluid WPD 19.4', Fouling Factor 0.00010, Design Ambient Temperature 95.0 Degrees F, Low Ambient 0.0 Degrees F, Modulated Unloading 15% --100%, Compressor Power 157.7KW, Total Power (Maximum) 169.9KW, Full Load EER (Minimum) 9.7, Input Power (Volts/Phase/HZ) 460/3/60, MCA 288 Amps, RDE 350 Amps, MOP 400 Amps, Nominal 140 Tons Cooling, Factory Mounted and Wired 115 Volt Control Power Transformer, Capacity Rated and Certified in Compliance with ARI Standard 590-1998, Dual Independent Refrigerant Circuits, Compressors shall be direct drive, semi-hermetic rotary "screw" type, Note: Reciprocating compressors are not acceptable, speed increasing gears are not acceptable, Factory Installed across-the-line compressor starters, Modulated capacity unloading down to 15%, Note: Stepped Capacity unloading is not acceptable, Factory Applied 3/4" Armaflex Insulation on the Evaporator Barrel and Color Heads, Factory Installed Low Ambient Head Pressure Controls For Cooling Down to 0 Degrees F Ambient, Factory Installed Refrigerant Suction and Discharge Pressure Display for each Refrigerant Circuit, Factory Installed Electronic Expansion Valves on Refrigerant Circuits, Factory Installed Suction Service Valves for each compressor, Factory Charged with Refrigerant 134A and Oil, Factory Mounted and Wired Over/Under Voltage Protection, Factory Mounted and Wired Phase Failure/Reversal Protection, Microprocessor control of leaving water temperature with digital display of entering and leaving water temperatures, operating mode and diagnostics service information, the chiller controller shall be capable of controlling the chilled water pump, Display for Microprocessor shall be accessible for viewing without opening control panel doors, Chilled Water Evaporator Barrel Inlet/Outlet Shall have 6" Victaulic piping connectors, Factory Installed Louvered Condenser Hail Guards with Maximum openings of 1/2" X 6", (Must completely cover the condenser coils and compressor/evaporator access area, wire screens are not an acceptable equal, Vapor-proof Water Flow Switch shall be provided for field mounting and wiring by Installer, Neoprene Vibration Isolators shall be provided for field mounting under chiller base, Air-Cooled Condenser Coils shall be constructed of Cooper Tubes and Plate Cooper Fins, Factory Applied Bronz-Glow Corrosion Resistant Coating on entire interior and exterior casing, Factory Applied Bronz-Glow Corrosion Resistant Coating on the Condenser Coils, Applied by Immersion Dipping (Sprayed on coatings or Epoxy/Phenolic Coatings are not acceptable equal to Bronz-Glow Technologies Coatings), Provide the Manufacturer's 5-Year Compressor Exchange Warranty, Provide Warranty Policy in Writing, Factory Service Company Shall Provide Start-up/Check-out and 12 Months Parts and Labor Warranty. Delivery will be 12 Weeks/ARO. FOB Point Destination to Wallops Island, VA 23337. Sole Source Manufacturer is The Trane Company, Division of American Standard Inc, DBA The Trane Company, 1100 Cavalier Blvd, Chesapeake, VA 23323. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference:FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (DEC 2001) within this clause, the following clauses apply: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans,Veterans of Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans,Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212),52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-36 Payment by Third Party (31 U.S.C. 3332), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-02-T-0398), provisions and clauses which have been incorporated are those in effect through FAC 2001-04. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2001) within this clause the following clauses apply: 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (SEP 2001) (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note), DFAR 252.225-7000 Buy American Act--Balance of Payments Program (SEP 1999). DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause - (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 that should show the requested item; with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by March 28, 2002 at 16:30 (4:30 P.M.) Offers can be faxed to (757-443-1333/1389) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David C Zareczny, Code 202C4, Norfolk, VA.23511-3392. Reference RFQ N00189-02-T-0398, on your proposal.
- Record
- SN00042828-W 20020316/020314213453 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |