Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

45 -- SMALL BUSINESS SET-ASIDE FOR One (1) Stand-Alone Water Chiller System - Combined Synopsis/Solicitation for Commercial Items

Notice Date
8/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX18Q0081
 
Archive Date
8/31/2018
 
Point of Contact
Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix A Control Drawing Provisions and Clauses Full Text Attachment Combined Synopsis/Solicitation for Commercial Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE COMPETITIVE IN TERMS OF MARKET PRICES, QUALITY, AND DELIVERY. IF ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING OFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE FIRST, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2005-101. For purposes of this acquisition, the associated NAICS code is 333415. The small business size standard is 1,250 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: One (1) Stand-Alone Chiller System for Process Chilled Water (PCHW) Specifications/Requirement: The Contractor shall provide one (1) stand-alone (1) chiller system for process chilled water (PCHW), capable of cooling experimental facilities at the Army Research Laboratory, in Aberdeen Proving Ground (APG), Aberdeen, MD. The system shall include the chiller, two (2), 100% redundant pumps, buffer tank, expansion tank, and a Chiller Master Controller (CMC). The CMC shall provide remote control of the system from inside of the laboratory. C.1 The chiller system shall meet the following requirements: C.1.1 Chiller Performance Requirements Property Units Minimum Maximum Rated cooling capacity Tons 69.3 N/A PCHW Entering Temperature Degrees Fahrenheit (°F) 65 N/A PCHW Exiting Temperature °F 45 N/A PCHW Flow rate Gallons per minute (gpm) 60 325 Design Flow Rate gpm N/A 90.65 Evaporator Pressure Drop at Design Flow Rate Feet of Water N/A 4.92 Energy Efficiency Ratio (EER) British thermal unit (BTU) per Watt-hour 10.45 N/A Integrated Part Load Value (IPLV) BTU / Watt-hour 16.07 N/A Non-Standard Part Load Value (NPLV) BTU / Watt-hour 16.53 N/A Sound Power Level Decibels - A Weighted N/A 94 Weight Pounds N/A 7,900 Minimum Circuit Ampacity Amps N/A 173 Unit Voltage Volts 460, 3 Phase, 60 Hertz Note: These performance requirements are based on: an ambient air temperature of 95°F, the fluid is 35% Propylene Glycol, refrigerant R410A being used, and a fouling factor of 0.000100 hour-square foot-°F/Btu. C.1.2 Accessories Performance Requirements Pump Fluid Flow gpm 240 N/A Pump Head Pressure Feet of Water 103 N/A Pump Motor Horsepower (hp) N/A 15 Buffer tank size Gallons N/A 200 Note: These performance requirements are based on: the fluid is 35% Propylene Glycol. C.1.3 The Contractor shall include documentation to prove that their proposed hardware meets the above requirements as part of their proposal, as well as the physical dimensions and weight. C.1.4 The chiller system shall include two (2), 100% redundant pumps for pressurizing and circulating the supply of PCHW. C.1.5 The Contractor shall provide variable frequency drives for both pumps. C.1.6 The chiller system shall include a buffer tank and expansion tank. C.1.7 The chiller, pumps, and buffer tank shall be rated and suitable for outdoor use. C.1.8 The chiller shall be rated for continuous service up to twenty-four (24) hours per day, five (5) days per week. Scheduled maintenance interval requirements shall be no less than three (3) months apart. C.1.9 The Contractor shall perform a design review of the chiller system with government personnel prior to delivery. C.2 The Chiller Master Controller (CMC) shall be supplied with a graphical user interface (GUI), and allow for control of the chiller and auxillary systems listed below: C.2.1 The Contractor shall provide and install controls for the Engine Laboratory PCHW system similar to the control drawings in the attached Appendix A unless as noted in this contract. This system shall be enabled and disabled manually by the user at the GUI. In addition, the GUI shall provide open/close control of the two isolation valves. C.2.2 The GUI shall show all points as indicated on the control drawings in the attached Appendix A. C.2.3 The CMC shall provide control, using a 4-20 milliamp signal, for a bypass valve to ensure that there is always sufficient flow through the chiller, to meet the chiller's minimum flow requirements. C.2.4 The GUI shall be viewable on a local screen at the laboratory level, and connected to the chiller through Ethernet. C.2.5 On the GUI, process values from the chiller and related hardware shall be viewable overlaid onto a process flow diagram which shows the critical components of the system. C.2.6 In the event of a system fault, the CMC shall take appropriate action for all auxillary systems, such as shutting them down, and alerting the user. C.2.7 The CMC shall be assigned an IP address on the subnet 10.254.125.XXX, where the last three digits shall be provided to the government for approval. C.2.8 The CMC shall be capable of broadcasting all operating parameters and receiving on/off commands over TCP/IP communication protocol. The operating parameters will be received by a National Instruments Labview system, provided by the government. C.2.9 The Contractor shall provide and install all control valves, actuators, and flow meter as shown in the control drawings in the attached Appendix A. The Contractor shall provide and install all control wiring and conduit to make the system work according to this contract. The Contractor shall select valves, actuators, and the flow meter based on the operating parameters of the system. C.2.10 The Contractor shall work with government personnel to ensure that the CMC meets their technical needs prior to system delivery, and functions nominally after installation. C.2.11 The Contractor shall provide a backup DVD which includes all CMC programs and executables, in the event that a reinstallation is necessary. C.2.12 The Contractor shall provide the government with access to the programming of the CMC, so that minor changes can be performed by government personel. C.2.13 The Contractor shall provide an operation & maintenance manual with the CMC. C.3 The Contractor shall provide the following testing: C.3.1 Chiller Start-Up Testing The Contractor shall have the chiller manufacturer perform start-up testing of the chiller on-site. C.3.2 Controls Start-Up Test C.3.2.1 The Contractor shall perform a two-point accuracy check of the calibration of each HVAC control system sensing element and transmitter by comparing the value from the test instrument to the network value provided by the Direct Digital Control (DDC) Hardware. C.3.2.2 The Contractor shall use test instruments with accuracy at least twice as accurate as the specified sensor accuracy and with calibration traceable to National Institute of Standards and Technology standards. C.3.2.3 The Contractor shall check the first check point in the bottom one-third of the sensor range and the second in the top one-third of the sensor range. C.3.2.4 The Contractor shall verify that the sensing element-to-DDC readout accuracies at two points are within the specified product accuracy tolerances, and if not recalibrate or replace the device and repeat the calibration check. With the system running, apply a signal to each actuator through the DDC Hardware controller. Verify proper operation of the actuators and positioners for all actuated devices and record the signal levels for the extreme positions of each device. Vary the signal over its full range, and verify that the actuators travel from zero stroke to full stroke within the signal range. For valve actuators and damper actuators, the Contractor shall perform the actuator range check under normal system pressures. C.3.3 Performance Verification Test (PVT) C.3.3.1 The Contractor shall demonstrate compliance of the control system with the contract documents. C.3.3.2 The Contractor shall show, step-by-step, the actions and results demonstrating that the control systems perform in accordance with the sequences of operation. C.3.3.3 The Contractor shall prepare and submit a PVT report documenting all tests performed during the PVT and their results. C.4 The Contractor shall provide preventive maintence covering all hardware for a period of five (5) years from the date of hardware delivery. Additionally, the Contractor shall ensure that a company technician is available for on-site troubleshooting and minor repairs for the same five year (5) period from the date of hardware delivery. Examples of minor repairs include replacing sensors and diagnosing the cause of system alarms. C.5 The Contactor shall include the cost all freight and shipping expenses for the system hardware, and for travel expenses for personnel performing maintenance. C.6 The Contractor shall maintain a US phone number for technical support during normal business hours of 9am to 5pm Eastern Standard Time (EST), Monday to Friday. Delivery: Delivery is required two (2) months after contract award. Delivery shall be made to Aberdeen Proving Ground, MD, 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD, 21005. The FOB point is Aberdeen Proving Ground, MD, 21005 Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6: PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-6 ALT I: NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)-ALTERNATE I (NOV 2011) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011: ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) 252.225-7000: BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR/DFARS: 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-0009: CONTRACT-WIDE: BY FISCAL YEAR (SEP 2009) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) FAR/DFARS FILL-IN CLAUSES: 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - ALTERNATE I (APG) EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A VIII. The following notes apply to this announcement: A SBA class waiver from the Non-Manufacturer Rule (NMR) exists for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/560b3623c795dc59c5f736489877c0a8)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, 21005, United States
Zip Code: 21005
 
Record
SN05029224-W 20180811/180809231221-560b3623c795dc59c5f736489877c0a8 (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.