|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 41 -- HORIZONTAL PACKAGE CHILLER WITH VERTICAL DISCHARGE SOL
N00244-98-Q-0214 DUE 060198 POC Point of Contact is Gwen Young,
Purchasing Agent at 619-532-2890; FAX 619-532-2347 WEB: Click here to
learn more about FISC San Diego and additional contracting
opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to
submit your quote electronically or to contact the Contracting Officer
via e-mail., gwen_young@fmso.navy.mil. This announcement is published
as a Total Small Business Set-Aside action per FAR 52.219-1 and
52.219-6; all eligible, responsible sources may submit an offer. This
is a combined synopsis/solicitation for commercial items prepared in
accordance with FAR 13.6 and 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.
Solicitation/RFQ number N00244-98-Q-0214 applies. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-04 and Defense Acquisition
Circular 91-13. The standard industrial code is 3585 and the business
size standard is 750 employees. This requirement is for a fixed priced
contract for one line item. Quotes will be accepted on a "Brand Name
or Equal" basis. The purpose of the chiller is to provide cooling water
for hydraulic component test stands. During normal operation, the
chiller will be placed outdoors and pump chilled water via tubing or
piping to the test stand located inside a trailer. The chilled water
will pass through the oil to water heat exchanger within the test
stand, and then return to the chiller. Note that the test stand does
not control the flow of chilled water passing through the oil to water
heat exchanger inside the test stand. The chiller will be secured and
stored inside the trailer when the test stand is transported and
redeployed to other locations. The chiller would be disconnected from
electrical power and from the test stand, forklifted into the trailer,
and secured to the trailer floor by bolting the chiller's skids to the
floor using tie downs. Line Item 0001: Quantity three (3) each. "P"
series 25-ton Horizontal Package Chiller with vertical discharge,
ArctiChill Inc. Model number PACVPH0250S3 OR EQUAL. To include the
following options: Hot gas head pressure control for -40 degree F
ambient; refrigeration pressure gauges; microprocessor temperature
controller; skid-mounted on 4" steel beams for portability; Hot gas
head pressure control (valves, receiver) to allow for -40 degree F
ambient operation. Materials: The materials used in the construction of
the unit shall be selected to provide optimum performance and corrosion
resistance. Neither the topcoat nor primer shall contain lead,
chromate, or other heavy metals. Cadmium or cadmium-plated parts shall
not be used. Markings: An external nameplate shall be provided to
include (as a minimum) the contract/order number, part number, model
number, manufacturer's name and code identification number, and serial
number. Additional markings for operational warnings and cautions,
forklifting, servicing and maintenance information shall be stenciled
on the unit as appropriate and clearly visible to operator or
maintainer. System capacity: Piping connections: National Pipe thread
(NPT) shall be used on the chiller's fittings that will connect to the
piping that supplies or returns chilled water to or from the test
stand respectively. Transportation provisions: The unit shall be
ruggedized for air transport or shipment by tractor-trailer. Features
to minimize spillage and to eliminate the need to drain the chiller
prior to transporting should be included. Skid mounting: The chiller
should be skid mounted to permit placing the unit outdoors on the
ground and with provisions for forklifting the unit. Tie downs and
mounting holes to secure the unit during transportation are also
required. Environment: The unit shall be constructed and treated with
suitable material for all weather operation. The unit will be
transported to and deployed outdoors in various climates and locations
worldwide (i.e. near a shore, in tropical, subtropical, temperate
regions, subarctic regions, in the desert, etc.). Conditions that
environment can impose is defined as follows: a) storage temperature:
-40 degrees to 145 degrees F.; b) operational temperature: -20 degrees
to 110 degrees F.; c) relative humidity: 0 to 100% relative humidity;
d) Blowing sand and dust; e) salt fog; f) solar radiation; g) fungus;
h) rain and snow. Unit shall be supplied with instructions in the
manual or contain features on operating the chiller under the
aforementioned conditions if required. The following salient
characteristics are CRITICAL/ESSENTIAL to the Government -- a) SIZE:
The size of the unit when stored for transportation must NOT exceed the
following dimensions -- 50" wide x 136" long x 74" high; b) ELECTRICAL:
Unit shall operate on 208 V, 30-phase, 60 Hz; and c) SYSTEM CAPACITY:
The maximum expected cooling capacity is 300,000 BTU/hr. Average test
stand usage consists of on and off operations totaling five (5) hours
per day cumulative and typically requiring about half of the maximum
cooling capacity when in use. The chiller shall be capable of supplying
60 to 65 degrees F. chilled water to the test stand. Water returning to
the chiller from the test stand may return unheated when the test stand
is not in operationor heated up to 85 degrees F. The water return
temperature will depend on test stand usage at the time. Chilled water
should be supplied to the test stand at a minimum of 40 PSI and at a
flowrate not exceeding 35 GPM. Chiller refrigerant shall be R-22 or any
other non-ozone depleting refrigerant (e.g. R-134a). Delivery of all
items is required 90 days after award of contract to be delivered via
Government Bill of Lading (GBL) to: Receiving Officer, Naval Aviation
Depot, Code 160D, Bldg 94, NAS North Island, San Diego, CA 92135. Mark
for: M. Wevley, Shop 97606, Bldg 68. Final Inspection/Acceptance shall
be made at destination. The provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items applies. Addendum to FAR 52.212-1, Paragraph
(b)(5): Offers shall provide an express warranty which at a minimum
shall be the same warranty terms, including offers of extended
warranties, offered to the general public. Express warranties shall be
included in the contract. Offerors are required to complete and
include a copy of the following provisions with their proposals: FAR
52.212-3, Offeror Representation and Certifications-Commercial Items.
Clause 52.212-4, Contract Terms and Conditions Commercial Items,
applies as well as the following addendum clauses: FAR 219-1, Small
Business Program Representations; FAR 52.219-6, Notice of Total Small
Business Set-Aside; FAR 52.211-5, New Material; FAR 52.211-7, Other
Than New Material, Residual Inventory, and Former Government Surplus
Property. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders-Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative
Action for Handicapped Workers; FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applies with the following clauses applicable for
paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of
Payment Program; DFARS 252.225-7012, Preference for Certain Domestic
Commodities; and DFARS 252.211-7003, Brand Name or Equal. The
government intends to make a single award to the responsible offeror
whose offer is the most advantageous to the government considering
price and price-related factors. Provision 52.212-2,
Evaluation-Commercial Items, applies with paragraph (a) completed as
follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
furnish product literature that demonstrates the products offered meet
all requirements identified as "critical/essential" in the above
purchase descriptions for Line Item 0001. Note: The full text of the
Federal Acquisition Regulations (FAR) can be accessed on the Internet
at www.arnet.gov/far OR www.deskbook.osd.mil; Defense Federal
Acquisition Regulation Supplement (DFARS) can be accessed on the
Internet at www.dtic.mil/dfars. Parties responding to this solicitation
may submit their quote in accordance with their standard commercial
practices (e.g. on company letterhead, formal quote form, etc.) but
must include the following information: 1) Company's complete mailing
and remittance addresses' discounts for prompt payment, if any (e.g. 1%
10 days), and the company's CAGE Code, Dun & Bradstreet number (you can
apply for one by calling 1-800-333-0505 or at
http://www.dnb.com/aboutdb/dunsform.htm), and Taxpayer ID number. In
addition, if you are quoting on a comparable commercial item, product
literature must be included. All FAR certifications and representations
specified above must also accompany your quote. Quotes must be received
no later than 3:00 PM, local time, 6/1//98, and will be accepted via
fax (619-532-2347) or via email (gwen young@fmso.navy.mil) ONLY. Quotes
submitted as an attachment to an e-mail should be sent in Word Version
6.0 or higher. DO NOT mail. See Numbered Note(s) 1, 13. (0138) Loren Data Corp. http://www.ld.com (SYN# 0227 19980521\41-0001.SOL)
41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page
|
|