Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1996 PSA#1676

37th 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