SOLICITATION NOTICE
45 -- Supply Heat Pumps and Thermostats for Mogan Cultural Center, Lowell National Historical Park
- Notice Date
- 3/26/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Lowell National Historical Park 67 Kirk Street Lowell MA 01852
- ZIP Code
- 01852
- Solicitation Number
- Q1780040001
- Response Due
- 4/16/2004
- Archive Date
- 3/25/2005
- Point of Contact
- Marcia A. Dolce Contracting Officer 9782751713 marcia_dolce@nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number Q1780-04-0001 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. This procurement is set-aside for small business concerns, NAICS code 423730, 500 employees. The following are the line items for which proposals are requested: LINE ITEMS #1 - 12 Mogan Center Heat Pump Replacements Supply forty-five (45) McQuay or equal units as listed. Units to be supplied with master slave central board where required and option for remote programmable thermostat. Accessories where required for custom enclosures. Before supplying units it is required to visit the site where they are to be installed at Mogan Cultural Resource Center, Lowell National Historical Park, 40 French Street, Lowell, MA 01852 to identify piping arrangements and identify which units actually are slave and master. Contact Dan Hyde, 978/275-1749 to arrange for this site visit. Quantity Model Description 2 WWMD1007 Low sill chassis only 1 WWMD2009 Low sill chassis only 5 WWMD2015 Low sill chassis only 16 WWMD2019 Low sill chassis only 1 WWMC2015 Hi-sill chassis only 2 WWMC2019 Hi-sill chassis only 7 WWMF1007 Hi-sill console unit 1 WWMF2012 Hi-sill console unit 6 WWMF2015 Hi-sill console unit 2 WCMS2015 Horizontal unit 1 WCMS2060 Horizontal unit 1 WCMS2120 Horizontal unit Notes: Units to be supplied with master/slave control boards where required. Option for remote programmable thermostats. Accessories where required for custom enclosures. Guide Specifications Furnish console water source heat pumps as manufactured by McQuay International as indicated on the equipment lest or equivalent. Each unit shall be ISO (International Organization for Standardization). Each unit shall be fully run tested at the factory. Units shall be supplied with cabinet, backwrap and subbase where required or chassis only where required for installation into a custom cabinet. The unit shall include refrigeration system, fan assembly and all required controls. The cabinet shall be fabricated from 18Ga. Steel and include holes for mounting to floor or wall. The back wrap cabinet shall be furnished in antique ivory baked enamel. The subbase shall be finished in oxford brown baked enamel. The cabinet shall be insulated. The chassis shall house the refrigeration system, fan assembly and all controls. Panels shall provide access to the fan compartment and the compressor/control box compartment. The filters shall be 1/2" throwaway type with front removal from subbase. The chassis shall be fully insulated and incorporate a steel drain pan with anti-corrosion thermoplastic coating and bottom connection. The chassis shall be either high sill or low sill flat top construction where required. The flat top cabinet shall have a maximum height of 25" where required. Each unit shall have a sealed refrigerant circuit including a compressor, capillary expansion tube(s), finned tube heat exchanger, reversing valve, water-to-refrigerant coaxial heat exchanger, high & low side access valves and safety controls. Compressor shall be rotary type with thermal overload protection. The finned tube coil shall be constructed of aluminum fins bonded to copper tubes. The coaxial heat exchanger shall be constructed of a copper inner tube and steel outer tube and be U.L. (Underwriters Laboratory) listed. The heat exchanger shall be rated for 400 psig on the water side and 450 psig on the refrigerant side. Safety controls shall consist of a low suction temperature and a high refrigerant pressure switch to lockout compressor operation. Unit shall be capable of being reset by interrupting power to the unit. Manual reset of the safety switch at the unit shall not be allowed. Unit shall be capable of starting at entering air 40 deg. F and entering water 70 deg. F with both air and water flow rated at ARI (American Refrigeration Institute) conditions. A control box with removable top cover shall be located on the right side of the chassis and shall contain controls for the compressor, reversing valves and fan motor operation and a 50VA transformer. The chassis shall have a 2"x4" junction box located on either the right or left side. Unit shall be nameplated to accept time delay fuses or HACR (Heating; Air Conditioning; Refrigeration) circuit breaker for branch overcurrent protection of the power source. Unit shall have direct drive centrifugal fan wheels. The motor shall be thermally protected, two speed, PSC (Permanent Split Capacitor) type and be isolated from the chassis. The motor shall have plug connection to the compressor compartment to facilitate removal. The supply & return lines shall be 5/8" O.D. (outside diameter) copper tubing and terminate away from the side of the chassis. The internally trapped condensate shall be ?" clear flexible vinyl tube protruding out of the chassis for connection at the floor or at the back wall. Unit shall have the Mark IV microprocessor based control system and provide random start, compressor short cycle protection, grounded signal input (one each) for activation or unoccupied, load shed or emergency shutdown modes, LED (light emitting diode) fault status, optimal 2 hour override of the unoccupied mode, brownout protection, condensate overflow protection, defrost cycle and pump restart relay output. Unit to be supplied for remote thermostat operation and master/slave operation where required. Unit shall be supplied with accessories to accommodate mounting in custom enclosures where required. LINE ITEM #13 Thermostats Supply twenty (20) Invensys #9715i menu driven display, 2 heat/2 cool with auto change thermostats and compatible with standard 24 VAC heating and cooling including single stage heat pumps. Place of delivery and acceptance is FOB Destination at Lowell National Historical Park Maintenance Facility, 220 Aiken Street, Lowell, MA 01852. Contact Dan Hyde, 978/275-1749 for questions concerning line items and to arrange a site visit before submitting proposal, if necessary. Delivery date is ninety (90) calendar days after receiving order. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award shall be made to that responsible offeror whose quote will be most advantageous to the Government, price and past performance considered. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at www.arnet.gov). The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 2.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-1, Buy American Act - Supplies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.232-36, Payment by Third Party. Customary commercial warranty requirements apply to this requirement. Offers are due at Lowell NHP, 67 Kirk St., Lowell, MA 01852; fax 978/275-1748 by 4:30 p.m. EST on April 16, 2004. Contact Marcia Dolce, Contracting Officer, 978/275-1713, fax 978/275-1748, e-mail marcia_dolce@nps.gov with questions concerning solicitation terms and conditions.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1374966)
- Place of Performance
- Address: Lowell National Historical Park 67 Kirk Street Lowell, MA 01852
- Zip Code: 01852
- Country: USA
- Zip Code: 01852
- Record
- SN00555164-W 20040328/040326212546 (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 |