|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1996 PSA#167637th CONS/LGC, Lackland AFB TX 78236-5253 Attn:LGCS/Christine Bareika 41 -- HEATING VENTILATION AND AIR CONDITIONING EQUIPMENT SOL
F41636-96-TR618 DUE 092096 POC Christine Bareika tel:
210/671-1725/Susan Arnold, 210/671-1722 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 solicitation is issued as a request for
quotation. Submit quotes on requisition F41636-96-TR618. This
procurement is unrestricted. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-41. Standard industrial code 3585. Furnish one
chilled water air conditioning system consisting of one air-cooled
chiller, two air handling units, chilled and hot water control valves,
and corresponding controls as required to meet this specification.
Line Item 0001 - 1 each - 20 Ton Airhandler, Trane Model 12 or Equal
Line Item 0002 - 1 each - 21 Ton Airhandler, Trane Model 17 or Equal
Line Item 0003 - 1 each - 50 Ton Chiller, Trane Model CGAEC 504AAA1
DEGRT or Equal All major components shall be delivered on site
factory-assembled and factory-tested complete to include control
operation. All components shall have easy-lifting provisions.
Components to be supplied as GFE are: hot water boiler, chilled and hot
water pump/motor combos, balancing, isolation and other valves and
components as necessary, smoke detectors, 1/2'' EMT for controls, water
piping to chiller (3'' pipe size) and air handlers, and air ducting
to/from air handlers. Utlity services to be provided to the site by the
user shall be 460-VAC three phase, and 115-VAC control 60 Hz electrical
power and supply water. User will provide up to three dedicated
115-VAC, 20-amp circuits for control power. Equipment ratings and
performance shall be ARI-certified. Chiller and air handler controls
shall be factory-installed and the contractor shall provide and install
all sensors, plant control panel and control wiring. FOB point is
Lackland Air Force Base, Texas. Delivery of all items required no later
than 90 days after receipt of order to Building 2418, Lackland Air
Force Base, Texas 78236. Government notification required at least 48
hours prior to delivery to prepare site. The CHILLER shall be
equivalent to a Trane Model No CGAEC504AAA1DEGRT and shall be complete
with motor starter, single point main power connection, non-fused
disconnect switch, accessories specified, and fully charged with R-22
refrigerant and oil. The user will unload and place the chiller on a
GFE concrete pad located behind Bldg 2418 at Lackland AFB, Texas. Inlet
and outlet water connections shall be 3 inch NPS minimum and shall be
on same side as the line voltage and control connections. Supplier
shall provide suction and discharge pressure gauges with pressure range
and rating compatible with chiller. Chiller shall be assembled on heavy
gauge steel mounting/lifting rails and shall be weatherproofed. Chiller
shall include as a minimum four compressors, six direct drive condenser
fans, four stages of unloading, and a stand-alone microprocessor
controller with monitoring and diagnostic capabilities. It shall be
designed to operate from standard ambient to 30 F, and shall have an
efficiency rating not less than 9.5 EER at full load of 39.9 tons. It
shall be constructed of 14-gauge minimum welded galvanized steel frame
with 14 and 16-gauge minimum galvanized steel panels and access doors
which allow access to major components and controls. Exterior surfaces
shall be treated and finished with an air-dry paint, and shall
withstand a minimum 672 consecutive hour salt spray test per ASTMB117.
Unit dimensions shall be not larger than 10' long x 8' wide x 7' high.
Unit shall have louvered galvanized steel panel grilles covering all
otherwise open ends to provide protection from exterior damage to coil
surface and other unit components. The unit evaporator shall be
tube-in-shell design with seamless internally finned copper tubes,
roller-expanded into tube sheets. It shall have minimum ASME-rated
working pressure of 225 psig refrigerant-side and 300 psig waterside.
Each shell shall include drain and vent connections, fittings for
temperature control sensors, and 3/4-inch insulation. The evaporator
shall be protected to -20 F ambient with thermostatically-controlled
heat tape. Air-cooled condenser coils shall have configurated aluminum
fins mechanically bonded to seamless copper tubing and integral
subcooling circuits. Condensers shall be factory leak-tested under
water at 425 psig minimum air pressure. Direct-drive vertical discharge
condenser fans shall be statically and dynamically balanced. Condenser
fan motors shall have permanently lubricated ball bearings and three
phase thermal overload protection. The chiller shall have dual
refrigerant circuits with a minimum of two parallel-pipe compressors
and a passive oil management system in each circuit. Compressors shall
have minimum major moving parts, direct-drive suction gas cooled
hermetic motor, centrifugal oil pump, oil level sightglass and oil
charging valve. Each circuit shall include an expansion valve, filter
drier and liquid line sightglass with moisture indicator. Capacity
modulation shall be provided by means of turning compressors on and off
at one or more of the four stages of unloading required. The standard
leaving chilled water temperature range shall be 40 F to 50 F. A DDC
programmable control module(s) shall be provided for control of
chiller, chilled water pump, boiler, and hot water pump, and must
interface with multiple air handling units sequence controls for
dehumidification. Time clock and timed override controls shall be
provided in a separate enclosure for mounting inside the mechanical
equipment room. Unit controls and compressor contactors shall be in a
weathertight enclosure with knockouts for jobsite-installed wiring.
Microcomputer controls shall provide all control functions including
leaving chilled water temperature control, automatic compressor
sequencing, condenser fan sequencing, load limiting, and anti-recycle
functions. Controls shall also include an auto/stop switch, fan D.P.
switches, dirty filter switches, a leaving water temperature setback
adjustment, a temperature difference adjustment, and a digital display
with readouts for operating codes, water temperature setpoint,
operating temperatures, and other operating codes, water temperature
setpoint, operating temperatures, and other operating readouts and
diagnostic codes. Failure protection shall include loss of chilled
water flow, chiller freezing, compressor running overcurrent, phase
loss, phase reversal, under-voltage, over-voltage, loss of charge, high
motor winding temperature, and high and low regrigerant pressure. Unit
shall interface with GFE twin contact interlock to motor starter for
smoke detection protection. The AIR HANDLERS shall be indoor chilled
water single-zone central station air handling units. They shall be
complete with supply fan section, chilled and hot water coil sections,
filter/mixing box, exhaust fan and fan module, mixing box, motor
starters and accessories specified. The supply fan section shall be
assembled stacked for vertical draw-thru application with horizontal
discharge through a single outlet. Specific system parameters shall be
in accordance with the schedule available from the contracting
officer. Unit AHU-1 shall be user-installed in the ground floor
mechanical room located at the rear end of Bldg 2418 at Lackland AFB,
Texas. Unit AHU-2 shall be user-installed in the second floor
mechanical room. Room construction consists of 8'' stuccoed CMU walls
and concrete floor slab. Access into each room is through double door
(64'' wide) opening. Unit construction shall be modular design and
assembled for horizontal discharge. The complete unit shall be provided
with features which promote ease of maintenance, reliability and long
life, while keeping the number of replaceable parts to a minimum.
Casing shall be double wall with solid inner insulation, bolted
construction on minimum 6'' base rail, made of galvanized steel,
withstand up to six inches positive or four inches negative static
pressure; enamel finish is not required. Removable access doors shall
be double wall and equipped with handles. Assembled sizes are listed in
schedule; a minimum perimeter clearance sufficient for maintenance and
coil/filter changes must be allowed. Supply discharge opening size
shall fit the system requirements. Unit and accessories shall be
factory insulated to enhance energy efficiency in such a manner as to
prevent insulation erosion into the airstream and allow unit cleaning.
All connecting channels shall be insulated to prevent sweating. Closed
cell continuous foam gasketing shall be used at module joints, access
panels, access doors and other such places. Supply Fan section shall
have forward-curved blades, double-inlet fan mounted on a common shaft.
Fan shall be statically and dynamically balanced as an assembly, shall
operate at least 25% belowe the first critical speed, and shall run on
permanently lubricated bearings. Fan motor shall be T-frame and operate
on 200/230/460VAC, 3 Ph, 60 Hz. Drive shall be variable-pitch with a
1.2 minimum service factor. Motors shall be mounted inside the casing
on slide rails for adjustment. A Cooling Coil Section with a chilled
water-type heating coil shall be provided. The heating coil shall be
configured and controlled for both reheat and heating functions. The
coils shall be drainable and of nonferrous construction with
mechanically bonded smooth plate fins. Minimum tube size shall be
1/2-inch OD. All tube joints shall be brazed with phosphor copper or
silver alloy. Headers may be of galvanized steel construction. Coil
shall be proof and leak tested using air while submerged in water.
Sloped, insulate double-wall stainless steel drain pans shall be
provided under coil sections for positive condensate drainage and ease
of cleaning. Threaded drain connections are to be provided on both
sides of the unit. A Combination Filter/Mixing Box shall be provided
for housing intake air filters and mixing return air and outdoor air.
Filters shall be pleated-media type, of standard size, not less than 2
in. thick. Filter media shall be contained in a rigid frame and have
rigid support across both the entering and leaving faces. Filters shall
be protected from coil condensate. Filter quantity shall be that which
will meet performance and other criteria of this specification. Supply
air volume dampers and actuators shall be included. An Exhaust Fan
Module with backward-inclined blades exhaust fan Module with
backward-inclined blades exhaust fan arranged for vertical discharge
shall be factory-installed on each air handler and shall comply with
supply fan paragraph requirements. A mixing box to divert return air to
exhaust shall be provided. Exhaust air volume dampers and actuators
shall be included. Supplier shall provide factory startup, full systems
operating checkout, and owner/user training. Control drawings in
laminated form and system operating instructions shall be provided for
mounting in mechanical equipment room. The installed system shall have
a one-year standard factory warranty and the compressors shall have a
standard five-year manufacturers replacement warranty. The provision at
52.212-1, Instructions to Offerors--Commerical, applies to this
acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Excutive Orders -- Commerical Items,
applies to this solicitation. Specifically the following clauses,
cited are applicable to this solicitation: 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers. The clause at DFARS 252.212-7800, Contract Terms and
Conditions Required To Implement Status or Executive Orders Applicable
to Defense Acquisitions of Commercial Items, applies to this
solicitation. Specifically the following clause is applicable to this
solicitation: 252.225-7001, Buy American Act and Balance of Payment
Program. The clause at 52.212-4, Contract Terms and Conditions --
Commerical Items, applies to this solicitation. The clause at 52.212-2,
Evaluation--Commerical Items, is applicable. The specific evaluation
factors are a) technical capability of the items offered to meet the
Government specification; b) delivery time; and c) price. Award will be
based on the lowest price technically acceptable offer with the most
advantageous delivery schedule. Offerors must include with their quote
a completed copy of the provisions at FAR 52.212-3, Offeror
Representation and Certifications--Commercial Items, and DFARS
252.212-7000, Offeror Representations and Certifications--Commercial
Items. To be for considered for award, quotes on ''equal'' products
must meet the salient physical, functional and other characteristics
specified in this solicitation; clearly identify the item by brand name
and make and model number; include descriptive literature of sufficient
detail to allow item to be properly evaluated. Air Handler/System
Parameter Schedule is available by notifying the Contracting Offer by
phone or fax. Quotes must be sent in writing or faxed to the POC
indicated above. Fax number is 210/671-5063. Quotes required no later
than 23 Sep 96. Award will be made on or about 25 Sep 96. All
responsible sources may submit an offer, which if timely received will
be considered by this agency. (0250) Loren Data Corp. http://www.ld.com (SYN# 0228 19960909\41-0001.SOL)
41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page
|
|