Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2012 FBO #4015
SOURCES SOUGHT

41 -- VRF System that meets the requirements of the Buy American Act - Construction, FAR 52.225-9

Notice Date
11/19/2012
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-13-VRFSYSTEM
 
Response Due
12/3/2012
 
Archive Date
1/18/2013
 
Point of Contact
Bjorn, 502-315-6196
 
E-Mail Address
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested businesses that can meet the technical requirements proposed below. If your firm is capable of meeting the requested requirements and you are interested in this project please respond appropriately, negative responses are also encouraged. The proposed project is for a VRF System that meets the following requirements: TECHNICAL REQUIREMENTS: 1.System shall meet FAR 52.225-9, Buy American Act - Construction 2.System must comply with FAR Part 23.203 and Federal Energy Management Plan Requirement for Energy Star products. 3.System shall have a minimum EER rating of 10.1 4.System shall utilize variable refrigerant flow (VRF) technology with refrigerant heat recovery 5.System shall utilize Refrigerant R410A. 6.System shall be able to maintain system operation at ambient temperature down to zero degrees Fahrenheit. 7.System shall maintain room space temperature/Drift Set of 78 degrees Fahrenheit and Relative Humidity of 50% for cooling and 68 degrees for heating. SUBMISSION REQUIREMENTS: Manufacturers and/or suppliers responding shall submit the technical specifications, as noted below, for ALL units/sizes that meet the minimum technical requirements defined above, as follows: 1.Size/Capacity: 1 ton, 1.5 ton, 2 ton, 3 ton, etc (12k, 18k, 24k, 36k BTU, etc). 2.EER Rating 3.Refrigerant Type 4.Maximum horizontal and vertical lengths of the refrigerant line set 5.Fixed or Variable Speed Cooling 6.Whether or not the unit has removable access to controls without interrupting airflow and allowing for service without the use of special tools. 7.Type of condensate pan (whether corroding or non-corroding and the type of slope) 8.Wall mounted, floor mounted, or ceiling mounted. 9.Whether the thermostat is internal or external. 10.Whether the fans and compressors are fixed or variable speed. 11.Whether the condenser circuits are or are not pre-piped with start up and head pressure controls. 12.Whether the unit has a side or top discharge. 13.A catalog cut of the units with technical specification demonstrating all compliant units shall be included. 14.Provide approximate cost and place of manufacture for each unit. 15.Documentation of product meeting FAR 52.225-9 Buy American Act - Construction 16.Documentation of product meeting FAR Part 23.203 and Federal Energy Management Plan Requirement for Energy Star products. All interested contractors should respond to this survey by email or mail by 03 December 2012 by 1000 hrs Eastern Standard Time. Responses should include: (1) Identification and verification of the company's business size (2) The Requested submissions, as noted above. Email responses to Bjorn Hale at bjorn.t.hale@usace.army.mil or mail to The US Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, ATTN: Bjorn Hale, Room 821, Louisville, KY 40202-2267. If you have questions please contact Bjorn Hale at bjorn.t.hale@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-13-VRFSYSTEM/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02933583-W 20121121/121119234327-66df69e5807998b017490134f12dd8c2 (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.