Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOURCES SOUGHT

41 -- FAN COIL CONDITIONER

Notice Date
6/5/2014
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-14-S-30015
 
Archive Date
7/10/2014
 
Point of Contact
Travis Spires, Phone: 4107626020
 
E-Mail Address
Travis.A.Spires@uscg.mil
(Travis.A.Spires@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The NAICS code is 333415 and the small business size standard is 750. The Coast Guard is conducting market research in order to identify vendors who can provide Fan Coil Conditioner for a unique application with specific constraints. SYNOPSIS: 1. General : 1.1. The Government is considering to procure at least (1) FRM-V1, (1) FRM-V2, (1) FRM-V3, (1) FRM-V4 Fan Coil Conditioners commercially with the exact overall dimensions and equivalent or better operating performance. 1.2. The procurement of at least one (1) of each type Fan Coil Conditioner to be used on the USCG 378 WHEC Cutters. 1.3. The procurement contract will include one (1) Base Year, with four (4) Option Years. 1.4. Overall dimensions shall meet the specifications provided for the fan coil conditioner(s) to fit and perform as required. 1.5. The government is seeking information and interest from potential vendors who could provide equipment fabrication and expected 90 day delivery. 1.6. The government anticipates to renew the following amounts of each Fan Coil Conditioner over a (5) year period; Base Opt 1 Opt 2 Opt 3 Opt 4 Total Qty Qty Qty Qty Qty Qty V1 62 16 15 15 15 123 V2 62 16 15 15 14 122 V3 31 7 7 7 7 59 V4 31 7 7 7 7 59 2. Background Information: 2.1. A total of (28) FRM-V1, (25) FRM-V2, (10) FRM-V3, (11) FRM-V4 Fan Coil Conditioners are currently in use on each USCGC 378 WHEC and unable to sustain due to listed models obsolete from Original Equipment Manufacturer. 3. Equipment: 3.1. All equipment furnished shall be suitable for use indoors and below deck. 3.2. All equipment shall be capable of continuous operation in an environment with ambient air temperature ranging from 40°F to 140°F and with relative humidity from 0% to 95% inclusive. 3.3. Material for all bolts, nuts, studs, screws and similar fasteners shall be corrosion resistant and meet requirements of ASTM A307 3.4. Fan Coil Conditioners shall be constructed for continues operation unless a low voltage condition, a temporary loss of voltage, or switch opens the electrical control circuitry turning off the unit. 3.4.1. Fan Coil Conditioners shall be grounded and bonded in accordance to IEEE STD 45 as shown on Figure 2. Electrical wiring shall be neat and tied or clamped. Wiring shall be clear of access panels and located out of the air stream whenever possible. Wiring shall be clear of areas that require maintenance and shall be routed within the cabinet that no damage will occur when drilling or assembling the units. 3.4.2. Fan Coil Conditioners motors shall meet IEEE-45 Marine Motor Specifications. a. Fan Coil V1 and V2 Motor Rating: 120VAC, 3 Phase, 60 Hertz, 3 Speed, 1725/1140/650 RPM, 1/2 HP, NEMA MG-1, ungrounded, continues duty, TEFC, 50°C. b. Fan Coil V3 and V4 Motor Rating: 120VAC, 3 Phase, 60 Hertz, 3 Speed, 1725/1140/650 RPM, 1/2 HP, NEMA MG-1, ungrounded, continues duty, TEFC, 50°C. 3.4.3. All Fan Coil Conditioners shall be configured as followed a. Forward curved centrifugal-style blowers b. Closed cell neoprene insulation c. Gasket access panels d. Grey painted panels e. Copper coils with aluminum fins f. Built in vibration Isolation on installed components g. Stainless steel insulated condensate drain pan h. Front only access required i. Direct drive blowers with stainless steel shaft and keyway. 3.4.4. Any portion of the Fan Coil Conditioners that require painting shall be preserved per Commandant Instruction M10360.3C, Coatings and Color Manual unless the original vendor coating treatment is specifically accepted by the contracting officer in advance. 4. Equipment Certification Requirements: 4.1. With delivery of the first FCC the equipment supplier must provide certification of type testing to ISO 10055 Mechanical Vibration - Vibration Testing Requirements for Shipboard Equipment and Machinery Components. Proof of Type Certification is only required for the first FCC supplied to the USCG. Documentation of conformance to MIL-PRF-23798D, may be supplied as an alternative. Period of Performance: It is anticipated that a firm, fixed priced requirements contract will be awarded with one base year, and four option years. Place of Performance: At the prospective contractor's facility. In accordance with FAR 19.301, if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, Please respond by e-mail by 25 June 2014, 4:00 pm (EST). Questions may be referred to travis.a.spires@uscg.mil. Your response must include: (a) A positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) Capability statement describing how the requirement listed abovenot to exceed 3 pages. (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers; (d) Past performance references including points of contact and telephone numbers. At least two references are requested, but more are desirable. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-owned Small Business set aside or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. Inquiries/information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. The Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-S-30015/listing.html)
 
Record
SN03386541-W 20140607/140605234949-11e7badb237160e70426b1aca98f1b6d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.