Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100

Fleet & 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