Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
SOLICITATION NOTICE

J -- Maintain Johnson Controls, VFDs and Remote Sensors - RFQ

Notice Date
5/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3Q2AD9086A003
 
Archive Date
5/23/2009
 
Point of Contact
Steven M. Flores, Phone: (478) 926 5107
 
E-Mail Address
steven.flores@robins.af.mil
(steven.flores@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ This is a combined synopsis/solicitation for commercial items prepared IAW 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 separate written solicitation will not be issued. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. This is a sole source requirement. SMALL BUSINESS SIZE STANDARD: (a) NAICS: 238220 (b) SIZE STANDARD: $14M The purchase of the maintenance of central chill water plant controls, variable frequency drives, &sensors. CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIALS, SUPERVISION, AND SERVISES NECESSARRY TO PERFORM ALL ROUTINE, EMERGENCY, SEMI-ANNUAL, AND ANNUAL MAINTENANCE OF EXISTING CENTRAL CHILL WATER PLANT CONTROLS INCLUDING VFDS AND ALL SENSORS TO INCLUDE 4 OPTION YEARS IN ACCORDANCE WITH THE ATTACHED PERFORMANCE WORK STATEMENT. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Requested delivery date is 30 days ARO or earlier. The following clauses are applicable to subject solicitation (current through FAC 2005-31 dated 31 Mar 09 and DFARS Change Notice 20090115): FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7000 FAR 52.247-34 FOB Destination DFARS 252.211-7003 Item Identification and Valuation DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Quotations may be faxed to 478-926-5107 or email steven.flores@robins.af.mil no later than 22 May 09, 4:00 pm EST. Performance Work Statement For Maintenance of Central Chill Water Plant Controls, VFD Drives, & Sensors Located in and connected to Bldg. 177, Robins AF Base 25 March 2009 1.0 DESCRIPTION OF SERVICES: 1.1. Contractor shall provide all labor, tools, materials, supervision, and services necessary to perform all routine, emergency, semi-annual, and annual maintenance of existing Central Chill Water Plant Controls including VFDs and all sensors. 1.2. The existing DDC system is a Metasys system originally installed by Johnson Controls, Inc. The successful contractor shall be required to provide all services as described in this SOW. 1.3. Contractors will be afforded opportunity to visit the site to determine the full scope of work prior to submitting their proposal. This site visit will be scheduled by the Contracting Officer prior to due date of proposals. 1.4. The contractor shall provide the technical knowledge and skills necessary to perform services to meet the standards set forth in this SOW for base facilities, equipment, and systems. 1.5. Service for ABB and Robicon Variable Frequency Drives: 1.5.1. Each of the seventeen (17) drives will receive one (1) annual and three (3) operational inspections per year. 1.5.2. Replace or repair any failed or defective part. 1.5.3. Clean cabinets and filters during each inspection. 1.5.4. Calibrate output frequency, current, voltage, torque, synchronous speed, line speed, over current during acceleration and deceleration, over voltage, under voltage, overheating, and fault settings. 1.6. Maintain all five (5) remote field sensors in proper working order. 1.7. Maintain both gas flow meters on each gas engine driven chiller. 1.8. Replace cooling tower # 1 bypass valves and actuators immediately upon contract award. Perform regular maintenance on all valves and actuators listed in Appendix A. The contractor shall also replace these valves and actuators on an as-needed basis. 1.9. Service required for Operating software and hardware: 1.9.1. Analyze the network performance four (4) times per year. 1.9.2. All digital controllers, temperature and pressure transmitters will receive (1) annual and three (3) operational inspections per year and shall be calibrated and/or tuned to proper operating parameters. 1.9.3. Replace or repair any failed or defective part. 1.9.4. Maintain operator workstation, laptop computer, network control units, all connecting cables and/or wiring, all other controls, meters, sensors, and devices necessary to plant operation. 1.9.5. When the operating software and hardware is revised or replaced, transition problems shall not interrupt or curtail plant output. 1.9.6. Contractor shall furnish the latest versions for all the operating software. If a new operating system is offered, the performance and service shall be equal to or better than the existing system. 1.9.7. Contractor shall be responsible for all costs related to an unscheduled outage caused by the contractor. 1.10. All services provided by the contactor shall be at their prime level of service. 1.11. Connect each chiller to the PC located in the operator control room to enable access the each chiller's control data points. Control software shall be made to allow collection and storage of control data in a continuous data file. A workable schedule will be established to allow transfer of collected data to CD/DVD for shop history records. Work with shop supervisor on data collection and storage. Provide training for a maximum of six (6) operators in the proper use of the date file. 1.12. System software and or hardware shall be installed or upgraded to allow the plant manager to use Microsoft Internet Explorer for remote monitoring and diagnostics of the control system. Administrative rights shall be exclusive to the plant manager. The contractor shall be capable of remote monitoring only. All required precautions shall be provided to maintain security. 1.13. Make all checks, adjustments, calibrations, and measurements to maintain a safe and reliable system. System shall operate to manufacturer's specifications. 1.14. THE CHILL WATER PLANT CONTROL SYSTEM: 1.14.1. For each digital controller, temperature, and pressure transmitter the contractor shall perform one annual and three operational inspections per year. Each device shall be calibrated and/or tuned to proper operating parameters. Repair and maintenance services shall be provided to any of the listed components in paragraph above. Contractor shall replace or repair failed or defective parts. Services to be performed are as follows: 1.14.1.1. Analyze the network performance four (4) times a year. This analysis verifies the communication efficiency and detects system problems before a failure occurs. 1.14.1.2. Contractor shall perform an analysis of the control strategies and provide recommendations for improved system performance four (4) times a year. Provide Enhancement Engineering for control system which will monitor the overall performance of the mechanical equipment, taking into consideration current manufacturer's recommendations, reliability, productivity, operating cost, and changes in use. Identify possible alterations, upgrades, retrofits, etc., which would benefit RAFB and suggest appropriate action. 1.14.1.3. The operator workstations (3) and the laptop computer (1), function modules, application specific controllers, network level controller(s) and including field devices (Temperature Elements, Flow Meters, Humidity Sensors, Actuators, etc.) are to be maintained in proper working order. Calibration of gauges and sensors shall be performed as required but not less than every six (6) months. Contractor shall replace or repair failed or defective parts. 1.15. ABB AND ROBICON VARIABLE FREQUENCY DRIVES 1.15.1. For each of the seventeen (17) drives the contractor shall perform one annual and three operational inspections per year. 1.15.2. Contractor shall setup, calibrate, and/or tune loops to manufacturer's proper operating parameters. 1.15.3. The equipment repair service shall be provided to any of the components. 1.15.4. Contractor shall replace or repair failed or defective parts. 1.15.5. Output frequency, current, voltage, torque, synchronous speed, and line speed shall be calibrated by the contractor. 1.15.6. During acceleration and deceleration any over voltage, under voltage, overheating, motor overload, fault settings, communication diagnosis, and memory shall be corrected by the contractor. 1.15.7. The cabinet and filters shall be cleaned during each inspection. 1.16. SYSTEM SERVICES 1.16.1. Network Analysis - Contractor shall analyze and report on the performance of the customer's software system network four (4) times per year. 1.16.2. Consultation Service - Contractor shall review and report on the customer's system four (4) times per year. This includes analysis of the control strategies and recommendations for improved system performance. 1.16.3. Enhancement Engineering - Contractor shall monitor the overall performance of the customer's equipment, taking into consideration current manufacturer's recommendation, reliability, productivity, operating cost, and changes in use. When contractor identifies alterations, upgrades, retrofits, etc., which would benefit the customer, contractor shall suggest appropriate action. This shall include all Metasys equipment such as the Operator Workstations, Network Control Units, Companion Units, Network Expansion Units, Function Modules, Application Specific Controllers, including but not limited to, AHUs, VAVs, UNTs, LCPs, C210s, c260s, IFCs, and IACs. 1.16.4. During each visit, contractor shall review the "System Event Log" with the customer and take appropriate corrective action. Critical points and control loops shall be verified during scheduled visits. Contractor shall make a copy of the customer's current Metasys database four (4) times per year. 1.16.5. Field Devices (Temperature Elements, Flow Meters, Humidity Sensors, Actuators, etc.) 1.16.5.1. Contractor shall provide scheduled preventive maintenance on all field devices according to accepted commercial standards. 1.16.5.2. Contractor shall replace or repair failed or defective parts. 1.17. NETWORK ANALYLSIS SERVICES 1.17.1. On a Scheduled Basis, the contractor shall: 1.17.1.1. Reset the Diagnostic Counters. 1.17.1.2. Allow data to tabulate in the diagnostic registers. 1.17.2. For each operator workstation and network level controller, the contractor shall: 1.17.2.1. List network bus Diagnostic Statistics. 1.17.2.2. Analyze the number of reconfigurations for impact on network performance. 1.17.2.3. Analyze the Error Rate for ethernet network node. 1.17.2.4. Analyze the Transmission Rate for each ethernet network node. 1.17.2.5. Determine the Ethernet Network Performance ratio. 1.17.3. For each network level controller or companion trunk, the contractor shall: 1.17.3.1. List network bus diagnostic statistics. 1.17.3.2. Analyze the error rate for each network node. 1.17.3.3. Analyze the transmission fate for each network node. 1.17.3.4. Determine the network performance ratios. 1.17.3.5. Provide a report summarizing network analysis results. 1.17.4. Additional Tasks and/or Special Instructions. The contractor shall: 1.17.4.1. Perform the Network Analysis tasks as appropriate to verify or discount suspected communications or network throughput problems. 1.17.4.2. Perform the Network Analysis tasks as appropriate to evaluate the impact on network performance of various configuration options, as part of a proposed system expansion or modification. 1.18. CONSULTATION SERVICES 1.18.1. Control Strategies. The contractor shall: 1.18.1.1. Review with customer representative current comfort, control, and energy optimization objectives. 1.18.1.2. Audit specific building locations for occupant and equipment environmental requirements. 1.18.1.3. Determine control parameters for each location, for both occupied and unoccupied periods. 1.18.1.4. Analyze implemented control strategies for applicability in achieving environmental parameters and control objectives. 1.18.1.5. Analyze mechanical cooling, free cooling, and heating system integration strategies. 1.18.1.6. Analyze and recommend optimal runtime and night setback strategies to ensure environmental control while reducing energy consumption. 1.18.1.7. Analyze equipment loads and recommend demand limiting and load rolling strategies that reduce energy consumption while ensuring mission requirements. 1.18.2. Additional Tasks and/or Special Instructions. The contractor shall: 1.18.2.1. Set and review historical trend data recording and reports to verify control during occupied and unoccupied periods. 1.18.2.2. Report on control strategy effectiveness and make recommendation for improvement. 1.18.3. Day-to-Day Operational Support Needs. The contractor shall: 1.18.3.1. Analyze the day-to-day informational needs of the operations staff. 1.18.3.2. Assist in the design and implementation of alarm grouping and reporting strategies. 1.18.3.3. Assist in the design and implementation of system status displays. 1.18.3.4. Assist in the design and implementation of system status and management reports to aid in decision support for the Facility Management staff. 1.18.3.5. Analyze how temporary occupancy changes are implanted and their impact on heating/cooling system integration. 1.18.3.6. Recommend alternate operational approaches and additional staff training options as opportunities for enhancement are identified. 1.19. WORKSTATIONS 1.19.1. On each scheduled service visit to the jobsite, the contractor shall: 1.19.1.1. Report in with appropriate customer personnel. 1.19.1.2. Review control system for critical, follow-up and off-line status indications. 1.19.1.3. Review control system for override, disables and lockout status indications. 1.19.1.4. Review control system event log with customer; discuss system operational concerns. 1.19.1.5. Perform or schedule "Corrective Maintenance" procedures as appropriate to resolve situations noted in the preceding reviews. 1.19.1.6. Install appropriate software refinement and problem correction revisions as they become available. 1.19.2. Additional Tasks and/or Special Instructions. The contractor shall: 1.19.2.1. Control System Work Station: 1.19.2.1.1. Check monitor for clarity, focus, and color. 1.19.2.1.2. Clean read/write heads of removable disk drives(s). 1.19.2.1.3. Cycle power and listen for unusual motor/bearing noise. 1.19.2.1.4. Verify proper system restart. Check system date, time and hardware status. 1.19.2.1.5. Clean exterior surfaces. 1.19.2.1.6. Save/Copy control system workstation database, including graphics and resident network level controller archive databases as indicated in the agreement. 1.19.2.2. Companion Headend Workstation, the contractor shall: 1.19.2.2.1. Check monitor for clarity, focus and color. 1.19.2.2.2. Clean read/write heads of removable disk drives (s). 1.19.2.2.3. Cycle power and listen for unusual motor/bearing noise. 1.19.2.2.4. Verify proper system restart. Check system date, time and hardware status. 1.19.2.2.5. Clean exterior surfaces. 1.20. NETWORK LEVEL CONTROLLERS 1.20.1. On a Scheduled Basis, the contractor shall: 1.20.1.1. Check LED indications to verify proper DC power levels, appropriate transmit and receive activity on the Ethernet and the network level communication buses and to check for possible Error Code indications. 1.20.1.2. Inspect wiring for signs of corrosion, fraying, and rapid discoloration. 1.20.1.3. Check battery voltage levels. 1.20.1.4. Cycle network level controller power to initiate self-test diagnostic. Monitor LED sequencing for proper self-test displays or Error Code indications. 1.20.1.5. Remove excessive dust from heat sink surfaces. 1.20.1.6. Clean Network Terminal Unit (NTU) faceplate and input pad, if present. 1.20.1.7. Clean transparent window in door, if appropriate. 1.20.1.8. Clean enclosure exterior surfaces. 1.20.1.9. Verify the proper operation of critical control processes and points associated with this unit and make adjustments if necessary. 1.20.2. As required, the contractor shall verify/calibrate any point or control process where the need for possible "Corrective Maintenance" is indicated. 1.21. LAB/CENTRAL PLANT (LCP) APPLICATION SPECIFIC CONTROLLER 1.21.1. On a Scheduled Weekly Basis, the contractor shall: 1.21.1.1. Check for alarm indication on the LCP display panel. 1.21.1.2. Evaluate any alarm condition(s) which may be indicated. 1.21.1.3. Verify that equipment is being controlled at the appropriate values. 1.21.1.4. Change one set point value; verify smooth transition and stable control at the new set point. 1.21.1.5. Return set point to original value. 1.21.1.6. Repeat for each additional control loop, if any. 1.21.1.7. Verify that controlled valves and dampers will stroke fully in both directions sealing tightly where appropriate. 1.21.1.8. Verify the proper operation of critical control processes and points associated with this unit and make adjustment if necessary. 2.0 SERVICES SUMMARY (SS): Performance Objective SOW Para. Performance Threshold Provide prompt service for emergency calls about chiller control system to prevent or reduce shutdown time. The central chilled water plant is very critical to base operations and failure of the plant to provide chilled water to customers would be catastrophic. 1.8 & 14.12.1 1. 2 hour maximum response time. 2. No plant services interruptions caused by the contractor. 3.0 GOVERNMENT FURNISHED PROPERTY AND SERVICE: 3.1 Not Applicable. 4.0 GENERAL INFORMATION: 4.1 DOWNTIME. The installation shall be schedule so as to cause the least amount of downtime to the facility.... Coordinate all downtime with the Project Manager or Inspector. 4.2 GOVERNMENT REPRESENTATIVES. 4.2.1 The contractor shall only respond to those individuals or organizations defined by the contracting officer or contracting officer's representative. 4.2.2 The chiller plant manager is Wendell Ratterree, 78 CES/CEIP, 468-4221. The plant manager will be the primary contact for all service calls. 4.2.3 The contracting officer's representative for the contract is Edward E. Arrington, Jr., 78 CES/CEAE, 468-5820 ext. 295. 4.3 REJECTED WORK. The contractor shall schedule repair on any item that fails to address all of the tasks listed in the PWS unless directed by the contracting officer's representative, in writing, not to perform specific tasks. Rework will be accomplished with no additional cost to the government. Work will be rescheduled for the next normal workday. 4.4 EQUIPMENT DAMAGED BY CONTRACTOR. The contractor shall be responsible for the repair of any equipment he or she breaks in the process of installing the new system. The repairs shall utilize original manufacturer's approved parts and be in compliance with manufacturer's specifications. When the contractor finishes the repair, the equipment shall function within acceptable manufacturer's specifications. 4.5 CONTRACTOR QUALIFICATIONS. The contractor shall ensure that all employees performing work under this contract have all applicable licenses and certification to work on the item in question. 4.6 WORKMANSHIP. The contractor shall perform all work to conform to the standards of the government and manufacturer specifications. If there are any contradictory standards, the PWS will take precedence. The contractor shall perform all work in a neat, orderly manner and maintain all area(s) to a condition comparable to the original configuration. New components shall match or exceed existing components in manufacture, quality, and appearance. The contractor shall correct work not meeting these specifications at no additional expense to the government. 4.7 CLEANUP. Leave the work area clean and free of all debris, rubbish, and other substances resulting from the work. When the work is completed, the contractor shall reinstall or return to its original location all items removed to perform work. 4.8 REPORTS. Contractor shall provide a detailed written service report with requirements indicated in this PWS noting service conducted, any deficiencies detected and corrective action taken and/or planned. Report shall be given to and reviewed by plant operator on duty and/or plant supervisor. All data related to the installation performed in accordance with this PWS shall be provided to the government within one business day after completion of each service call. Specific data required shall include the equipment type and number of the task(s) performed, location, man-hours expended, materials (quantity, description, unit cost, and total cost) and data and signature of craftsman. If requested by the Government, the contractor shall provide the original record or a reproducible copy of any such record within 5 working days of receipt of the request. 4.9 CONTRACTOR PERSONNEL. 4.9.1 Contract manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person, and an alternate or alternates, who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer or the contracting officer representative. 4.9.2 The contractor's contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of the contract, including full contractual signatory authority. 4.9.3 The contract manager or alternate shall be available during normal duty hours within two duty hours to meet on the installation with government personnel (designated by the contracting officer) to discuss problem areas. After normal duty hours, the manager or alternate shall be available prior to 1000 hours the next normal duty day. 4.10 SECURITY REQUIREMENTS. 4.10.1 Contact the contracting officer for requirements to obtain badging for base access. 4.10.2 Contractor Security Requirement. The contractor is required to comply with all security regulations and directives as identified herein and other security requirements as are shown elsewhere in this contract. 4.11 PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property being modified or adjacent to the new work. This shall include the existing electrical panels, buildings, water lines, channels, etc. At the close of each work period, all government facilities, equipment, and materials shall be secured. 4.12 HOURS OF OPERATION. 4.12.1 Normal Hours of Operation. The contractor shall perform non-emergency services required under this contract during the following hours: MON - FRI, 0730 - 1615, except federal holidays and as noted herein. The contractor shall work, with prior approval of the contracting officer representative, extended hours to ensure timely completion of work at no additional cost to the government. 4.12.2 Contractor shall provide phone number where a service representative can be contacted twenty-four (24) hours a day, including weekends and holidays. Contractor shall be on site no later than two (2) clock hours after notification. 4.12.3 Holidays. On an emergency call the contractor shall be required to provide service on holidays. Government holidays currently include: New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on a Saturday, it is observed on Friday. If the holiday falls on Sunday, it is observed on Monday. 4.13 PERFORMANCE OF SERVICES DURING PERIODS OF NATURAL DISASTER OR NATIONAL EMERGENCY. In accordance with DoD instruction 3020.37 the following services are considered mission essential: 4.13.1 All items covered under paragraphs 1.1 through 1.20. 4.14 Environmental Training. The contractor shall complete EMS training within 30 days of beginning work. Training will be provided by the 78 Civil Engineering Group Environmental Management Division (78 CEG/CEV). Training is computer based and takes approximately 11 minutes to complete. Training can be obtained through: 4.14.1 Logon with Common Access Card (CAC) to 78 CEG/CEV website and click on EMS Awareness Training, chose option 1. 4.14.2 Without a CAC, request a copy of EMS training from 78 CEG/CEV Workflow mailbox. 78ceg.cev.FrontOfc@robins.af.mil 4.15 Green Procurement Program (GPP). The contractor shall comply with the Green Procurement Program in accordance with Federal (EO 13423) and DoD and AF (GPP) policy. Green Procurement is the purchase of environmentally preferable products and includes the following mandatory components: 4.15.1 Recycled content products, also known as Comprehensive Procurement Guideline (CPG) Items http://www.epa.gov/cpg/products.htm 4.15.2 Energy Star® and energy-efficient products; energy efficient standby power devices http://www.eere.energy.gov/ 4.15.3 Alternative fuel vehicles/alternative fuels http://www.eere.energy.gov/afdc/ 4.15.4 Bio based products http://www.biobased.oce.usda.gov/fb4p/ 4.15.5 Non-ozone depleting substances http://www.epa.gov/ozone/snap/lists/index.html 4.16 SAFETY REQUIREMENTS. In performing work under this contract, the contractor shall: 4.16.1 Conform to the safety requirements contained in the contract for all activities related to the accomplishment of the work. 4.16.2 Take such additional immediate precautions as the contracting officer may reasonably require for safety and mishap prevention purposes. 4.16.3 Develop and provide a safety plan for the protection of government facilities and property and to provide a safe work environment for contractor personnel at the start of the first operational performance period. 4.16.4 Record and report promptly (within one hour) to the contracting officer or designated Government Representative (GR), all available facts for each instance of damage to government property or injury to government personnel. 4.16.5 In the event of an accident/mishap, take reasonable and prudent action to establish control of the accident/mishap scene, prevent further damage to persons or property, and preserve evidence until released by the accident/mishap investigative authority through the contracting officer. 4.16.6 If the government elects to conduct an investigation of the accident/mishap, the contractor shall cooperate fully and assist government personnel in the conduct of investigation until the investigation is completed. 4.16.7 Include a clause in each applicable subcontract requiring the subcontractor's cooperation and assistance in accident/mishap reporting and investigation. 4.16.8 Comply with safety provisions listed in the technical publications within the Statement of Work. 4.17 CONTRACTOR-FURNISHED ITEMS AND SERVICES 4.17.1 Minimum Quality Standards. The contractor shall consider aesthetics such as color and texture in material selection. The quality of parts and materials shall not be altered. All parts and materials shall meet industry standards, including, but not limited to, Underwriters Laboratory (UL) Code, Uniform Plumbing Code (UPC), National Electrical Code (NEC), American National Standards Institute, Inc. (ANSI), National Electrical Manufacturer's Association (NEMA), and National Fire Protection Association (NFPA). 5.0 APPENDICES: Appendix A - Blocking Valves and Actuator Locations attached. End of Performance Work Statement APPENDIX A Blocking Valves and Actuator Locations Chiller #1 One chilled water blocking valve and one actuator Tower #1 One bypass valve with two actuators Chiller #2 One chilled water blocking valve with two actuators Tower #2 One bypass valve with two actuators Chiller #3 One chilled water blocking valve with one actuator Tower #3 One bypass valve with two actuators Chiller #4 One chilled water blocking valve with one actuator Tower #4 One bypass valve with two actuators Chiller #5 One chilled water valve with one actuator. Also has condenser water blocking with one actuator Tower #5 One condenser water blocking valve with one actuator. Note - #6 chiller uses same bypass valve. Chiller #6 One chilled water blocking valve with one actuator. Also has condenser water blocking valve with one actuator. Tower #6 One condenser water blocking valve with one actuator Chiller #7 One chilled water blocking valve with one actuator. Also has one condenser water blocking valve with one actuator. Tower #7 One condenser water blocking valve with one actuator. Also has one bypass valve with one actuator.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD9086A003/listing.html)
 
Place of Performance
Address: Robins AFB, Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN01822223-W 20090521/090520001141-3c1e4e23cfb878d170a268467948a3b0 (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.