SOLICITATION NOTICE
N -- Notice of Intent to Sole Source_Install Hot Gas Bypass on Chillers
- Notice Date
- 6/15/2010
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- HQ019700084SV32
- Archive Date
- 7/10/2010
- Point of Contact
- Stefan I Martiyan, Phone: 7035881457
- E-Mail Address
-
stefan.martiyan@whs.mil
(stefan.martiyan@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition and Procurement Office (A&PO) intends to negotiate a sole source contract, in accordance with Federal Acquisition Regulation (FAR) Part 6.302, with Carrier Corporation (Carrier) as the only responsible source that can provide the services to install hot gas bypass on Carrier factory chillers, model number 19XR8787584ELH68, as required by the DoD, Defense Facilities Directorate (DFD). The services required are as follows: Offeror shall install Carrier approved automatic hot gas bypass hardware and controls on five (5) chillers. The assembly shall permit the chillers to operate for extended periods of time at part load and shall improve part load efficiency. Liquid refrigerant shall be metered from the condenser to the cooler using a float-type metering valve to maintain the proper liquid level of refrigerant in the heat exchangers under both full and part load operating conditions. The float valve chamber shall have a bolted access cover to allow field inspection and the float valve shall be field serviceable. Carrier certified surge prevention and surge protection algorithms shall automatically be enabled to take action to prevent surge and move chiller operation away from the chillers surge region. The Surge Prevention Algorithm shall automatically adjust either the inlet guide vane position or compressor speed to maintain the compressor at a safe distance from surge while maintaining machine efficiency. All work must be scheduled in advance and only one chiller can be down at a given time. At the completion of the work and prior to starting work on the next chiller the offeror shall perform the initial startup checkout process on the chillers. All parameters shall be documented on the initial startup checkout form in order to confirm chiller functions, ensure correct chiller performance, and to document the parameters. The contractor shall adjust the Chiller Visual Controls (CVC). The offeror shall commission the automatic hot gas and bypass. All commissioning procedures and submittals shall be approved by the Government. The following steps shall be followed: a. Remove R-134a from chiller per Environmental Protection Agency regulations and store in recovery cylinders. b. Pressurize chiller with nitrogen and leak check chiller. c. Install hot gas bypass per Carrier factory specification. d. Perform all necessary electrical wiring. e. Program CVC controls to control hot gas bypass valve. f. Dehydrate chiller and charge with refrigerant. g. Check all control settings and perform startup of chiller. h. Perform startup with Carrier factory engineer. i. Check general machine operation. j. Check control power and piping. k. Check safety/operating controls. l. Check starter wiring and contacts. m. Check water flow. n. Log chill water temperature in and out. o. Log cooler refrigerant temperature and pressure. p. Log cooler load temperature differential. q. Log condenser water temperature in and out. r. Log condenser water temperature flow. s. Log condenser refrigerant temperature and pressure. t. Log condenser sub-cooler temperature. w. Log oil pressure, temperature and level. x. Check approaches through calculations. y. Make equipment adjustments as required. z. Make operation/control adjustments as required. This acquisition is being conducted under simplified acquisition procedures as authorized by FAR Subpart 13.5. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 238210 with a Small Business Size Standard of $14 Million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including pricing information, sufficient to determine capability in providing the same services. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based on the above information, the only source known that can provide technically acceptable services is Carrier Corporation of 22603 Dallas Summit Post, Sterling, VA 20166-9565. Submit email capability statements (using PDF, MS Word, Excel attachments) to Stefan Martiyan, Contract Specialist, via email at Stefan.Martiyan@whs.mil. Statements are due no later than 4:00 P.M. ET on 25 June 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/HQ019700084SV32/listing.html)
- Place of Performance
- Address: Federal Facilities Division, 1155 Defense Pentagon, Washington, District of Columbia, 20301, United States
- Zip Code: 20301
- Zip Code: 20301
- Record
- SN02178497-W 20100617/100615235905-387502aafbc032bfd0fed10ad89cf43d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |