Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3, 2001 PSA #2821
SOLICITATIONS

41 -- ENVIRONMENT CONTROL SYSTEMS

Notice Date
March 30, 2001
Contracting Office
55 Broadway; Cambridge, MA 02142
ZIP Code
02142
Solicitation Number
DTRS57-01-Q-80015
Response Due
April 16, 2001
Point of Contact
Point of Contact -- Elia Dell'Anno, Contracting Officer, (617) 494-2128
E-Mail Address
Contracting Officer (dellanno@volpe.dot.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation No. DTRS57-01-Q-80015 is issued as a Request for Quote (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP), FAR Part 13.5. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-22. The applicable North American Industry Classification System Code (NAICS) is 42173, and the small business Size Standard is 100 employee s. The Volpe Center intends to purchase, on a firm fixed-price basis, two (2) ten (10) ton Liebert environmental control systems with glycol piping and dry coolers, in accordance with following specifications: The system shall be designed to maintain temperature and humidity conditions in the rooms containing electronic equipment. The manufacturer shall design and furnish all equipment to be fully compatible with heat dissipation requirements of the room. Each precision environmental control system shall be a Liebert self-contained factory assembled unit with up-flow air delivery. The system shall have a total cooling capacity of 234,000 BTU/HR, (kW) with a sensible cooling capacity of 217,400 BTU/HR (kW) based on an entering air temperature of 72 0F dry bulb and 60 0F wet b ulb. Unit shall include econo-coil and humidifier capable of delivering 11lbs/hr. The unit is to be supplied with 460 volt 3 ph 60 Hz. electrical service. The filter chamber (Up-flow units w/front & bottom return) shall be an integral part of the system, located within the cabinet, serviceable from the end of the unit. The fan section shall be designed for 5650 CFM at an external static pressure of 0.5-in. wg. The fans shall be the centrifugal type, double width double inlet, and shall be statically and dynamically balanced as a completed assembly to a maximum vibration level of two mils in any plane. The fan motor shall be 5 hp at 1750 RPM and mounted on an adjustable slide base. The drive package shall be multi-belt, variable speed, sized for 200% of the fan motor horsepower. The env ironmental control system shall be equipped with a steam generating humidifier that is controlled by the microprocessor control system. It shall be complete with disposable canister, all supply and drain valves, steam distributor, and electronic controls. The electric reheat coils shall be low watt density, 304/304 stainless steel fin tubular construction, protected by thermal safety switches, and, shall be 56300 BTU/HR, 15 kW, controlled in three stages. The Humidity Sensitivity shall be 1% to 10% R.H, Humidifier Flush Rate.The control system shall prevent compressor short-cycling by a 3-minute timer from compressor stop to the next start. The advanced control processor shall be microprocessor based with a front monitor LCD display panel and control keys for user inputs. The controls shall be menu driven with on-screen prompts for easy user operation. The system shall provide monitoring of room conditions, operational status in % of each function, component run times, date and time, and four analog inputs from sensors provided by others. The control system shall allow programming of the following room conditions: Temperature Set-point 65-850F (18-290C), Temperature Sensitivity 110 to 9.90F (0.6 to 5.60C) in 0.10F (.10C) increments, Humidity Set-point 20-80% R.H., Humidity Sensitivity +1% to +30% R.H. The microprocessor shall calculate the moisture content in the room and prevent unnecessary humidification and dehumidification cycles by responding to changes in dew point temperature. In addition, the system shall provide the following internal controls: Compressor S hort-Cycle Control system shall include a program to prevent compressor short cycling. The microprocessor shall automatically change the lead/lag sequence of the compressors after each start to lengthen compressor-on cycles and even compressor wear. System Auto-Restart or start-up after power failure, the system shall provide automatic restart with a programmable (up to 9.9 minutes in 6-second increments) time delay. During start-up, or after power failure, the microprocessor shall sequence operational load activation to minimize inrush current. Systems allowing multiple loads to start simultaneously are unacceptable. Hot water coils and Econ-o-coils shall be automatically flushed to prevent the buildup of contaminants. Systems without this feature shall include the necessary devices to bypass fluid into the coil on a programmed basis. The microprocessor shall provide a front monitor LCD backlit display panel with 4 rows of 20 characters with adjustable contrast. All indicators shall be in language form. No symbols or codes shall be acceptable. The microprocessor shall activate an audible and visual alarm in event of any of the following conditions: High Temperature; Low Temperature; High Humidity; Low Humidity; Short Cycle; Compressor; Overload (#1 and #2) (opt); Main Fan Overload (opt); Humidifier Problem; High Head Pressure (#1 and #2); Change Filters; Loss of Air Flow; Low Suction Pressure; Loss of Power; Custom Alarm (#1 to #4). The audible alarm shall annunciate any alarm that is enabled by the operator. A programmable common alarm shall be provided to interface user selected alarms with a remote alarm device. All alarms shall be communicated to the existing Liebert site monitoring system with the following information: date and time of occurrence, unit number, and present temperature and humidity. The user shall be able to select the type of control the advanced microprocessor will use. Selections available shall be intelligent, proportional, and tunable PID (proportional, integral, and derivative gains). The system shall include four customer accessible analog inputs for sensors provided by others. The analog inputs shall accept a 4 to 20 mA signal. The control system and electronic circuitry shall be provided with self-diagnostics to aid in troubleshooting. The micro-controller board shall be diagnosed and reported as pass/not pass. The cont rol system shall maintain accumulative operating hours of compressors, reheats, humidifier, fan motor and Econ-o-coil. The ten most recent alarms shall also be retained. The microprocessor shall be compatible with all Liebert remote monitoring and control devices. Each refrigeration circuit shall include hot gas mufflers, liquid line filter dryers, refrigerant sight glass with moisture indicator adjustable, externally equalized expansion values, and liquid line solenoid valves. The environmental control system shall include cylinder unloaders on the semi-hermetic compressors. The stages shall be: 1) one compressor, partially loaded, 2) two compressors partially loaded, 3) one compressor partially loaded, one compressor fully loaded, 4) two compressors fully loaded. The glycol cooled co ndenser for each circuit shall be counter-flow, shell-and-tube. It shall be cleanable, with removable heads. Each condenser shall be pre-piped with head pressure activated regulating valve and parallel bypass value. Each condenser shall be pre-piped with a head pressure activated three-way regulating valve. The condenser glycol circuit shall be designed for a pressure of (150) (300) PSI. The drycooler shall be the low profile, slow speed, multiple direct drive, propeller fan type. The drycooler shall be designed for 95 0F (0C) ambient. The dual pump package shall include pumps, enclosure, field mounted flow switch, and a separate factory wired control box (including a lead/lag switch for the pumps). The standby pump shall automatically start upon failure of the lead pump. Each pump shal l be rated for 38 GPM at 72 feet of head (kPa). The precision environmental control system shall be equipped with the following optional components. The manual disconnect switch (non-locking type) shall be mounted in the high voltage section of the electrical panel. The switch shall be accessible with the door closed. The condensate pump shall have a minimum capacity of 100 GPH (378 l/h) at 20 ft. (58 kPa) head. It shall be complete with integral float switch, pump and motor assembly, and reservoir. The smoke detector shall immediately shut down the environmental control system and activate the alarm system when activated. The smoke detector shall be mounted in the electrical panel with the sensing element in the return air compartment. Installation, electric and plumbing shall be perfor med by others. After utility connections, contractor will be responsible for start-up and testing of system. Additional documentation required to be provided with the proposal shall include: Single-Line Diagrams; Dimensional, Electrical, and Capacity Data; Piping and Electrical Connection- Drawings. The cabinet and frame shall be constructed of mig welded tubular steel. It shall be painted using the autophoretic coating process for maximum corrosion protection. The exterior panels shall be insulated with a minimum 1 in. (25.4mm), 1.5 lbs. (.68 kg) density fiber insulation. The provision at 52.212-1, Instruction to Offers Commercial, is hereby incorporated by reference. The provision at 52.212-2, Evaluation Commercial Items (Jan 1999) applies to this acquisition as follows: The Government will award a purchase order resulting from this solicitation to the responsible Offeror conforming to the solicitation, meeting the required delivery date and price. Offers will be received on an all or none basis. A single award will result from this solicitation. Only Offerors that are able to deliver the two (2) environmental control systems by an April 30, 2001 delivery date will be considered. All Offerors must state in their proposal that they can meet the required delivery date. All Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, is incorporated by reference. The clause at 52.212-5, Contr act Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition; additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 3, 5, 7, 11, 12, 13, 14, 16, 17, 18, 23. Offers will be received at U.S. Department of Transportation, Volpe Center, 55 Broadway, Kendall Square, Cambridge, MA 02142, ATTN: Elia Dell Anno, DTS-852, 3:00 PM local time April 16, 2001. Offers may be submitted via facsimile at 617/494-3024.
Web Link
Volpe Center Acquisition Division home page (http://www.volpe.dot.gov/procure/index.html)
Record
Loren Data Corp. 20010403/41SOL001.HTM (D-089 SN50H7W3)

41 - Refrigeration, Air Condition and Air Circulating Equipment Index  |  Issue Index |
Created on March 30, 2001 by Loren Data Corp. -- info@ld.com