Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOLICITATION NOTICE

41 -- COMPUTER ROOM HVAC UNITS

Notice Date
7/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
WASC-7-8700
 
Response Due
8/8/2007
 
Archive Date
8/23/2007
 
Description
This is a combined synopsis/solicitation to provide two (2) down flow, floor mounted computer room AC and dry cooler units (complete with piped pump package), full freight to job site. Provide expected delivery time expected from order date. Unit(s) models and system performances capacities shall be delivered for review before order. The units are to be equipped as follows: Computer Room HVAC System: Provide two (2) factory assembled, fully operational, Down flow computer room AC unit with auxiliary economizer coil, (2) 18? (adjustable) floor stands to match existing computer room floor height and (2) outdoor fluid drycooler unit. Unit(s) shall be completely wired, complete with accessories as specified. Indoor units shall use environmentally friendly R-407c refrigerant or equal. Manufacture: Units shall be APC, DATA-AIRE, COMPU-AIRE or LIEBERT brand (fluid dry cooler brand to be as listed in manufactures manual). Units shall be represented by local venders within the State of Washington Additional Specifications: Each indoor AC unit shall have a minimum capacity of 170,100 BTU/HR sensible cooling at 72dFdb/60dFwb/50% RH entering room air temperature, 95dF OSA temperature and minimum of 8,000 CFM room supply air. Indoor units are to be constructed for maximum strength and ease of access. Side and front panels are to be easily removed with quarter-turn fasteners allowing full access to all unit components. Units are to have the capability of being serviced completely from the front side. All the unit panels shall include a minimum of 1 inch thick, 1 ? pound density insulation for protection and sound attenuation. Indoor unit supply fan, for each unit, shall deliver a minimum of 8000 CFM @ 0.5? wg ESP. The supply fan motor horsepower shall be sized to deliver the minimum air quantity with the economizer coil. Provide indoor unit with an economizer glycol coil (six rows) and compressor option that allows the economizer coil cooling and dx cooling to function simultaneously, if the economizer is not sufficient as a stand alone system. Provide a 3-way pressure control valve on the condenser water circuit, and a 3-way water-regulating valve on the economy coil to maintain the required capacity under varying conditions. Common piping for coil and condensers is provided and installed at the factory. Indoor Units are to be provided with 4 inch deep, MERV 11 rated pleated filters. The filter section shall be accessible from the top or side on the downflow units. Provide a unit mounted smoke detector to shut down the unit if smoke is sensed. A unit mounted microprocessor control will sound an alarm and display a ?SMOKE DETECTED? message. The smoke detector is mounted in the return air stream and is provided with auxiliary contacts. No reheat coils or humidifiers are required. The indoor units shall have dual refrigeration circuits and include high efficiency type compressors (R-407c) and hot gas bypass. Provide remote outdoor glycol dry coolers (fluid coolers) for each computer room unit (CPU). Each fluid cooler provided shall be sized at two model sizes greater than the fluid cooler listed in the selection manual for the indoor unit (CPU) selected as listed above. Each dry cooler shall include a powder coated finished housing, aluminum finned copper tube coil, powder coated fan guards and a energy efficient, thermally protected direct drive motors. Dry coolers shall have cycling control. Provide a pre-piped and wired pump package mounted to each fluid cooler provided. Pumps shall have the capacity to pump the units required GPM (Minimum 60 GPM at 90 FT H2O). Provide a unit mounted non-automatic disconnect switch installed in the high voltage electrical section. The operating mechanism (handle) protrudes through the decorative exterior panel. The operating mechanism shall prevent access to the high voltage electrical components by not allowing entry until switched to the ?OFF? position. Provide hot gas bypass and necessary controls to handle changing load conditions. Provide a NEMA One Flow Switch. Provide 18? floor stands (verify size required before ordering units) that are adjustable (? 2 inches) and furnished with seismic construction. Provide minimum control panel with unit and include a interface strip for Facilities EMCS system including: Digital start/stop control Digital alarm contact Unit to be 460v/3ph electrical Provide stainless steel sloped drain pans. UL labeled units Full freight allowed to job site. NOTE: Offerors interested in submitting a quote on this acquisition should obtain a copy of (1) Standard Form 1449 (2) Schedule,(3) Representations and Certifications, and (4) Past Performance form. Offers must include with their offer an originally signed SF-1449, a completed schedule, a completed copy of the annual representations and certifications at https://orca.bpn.gov, and past performance form. This is a simplified acquisition with an estimated value of less than $100,000 ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GO
 
Place of Performance
Address: Seattle, WA
Zip Code: 98115
Country: UNITED STATES
 
Record
SN01351656-W 20070727/070725220609 (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.