SOURCES SOUGHT
20 -- Fan Coil Conditioner Requirement - Fan Coil Specification
- Notice Date
- 2/20/2015
- 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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG40-15-S-30002
- Archive Date
- 5/6/2015
- Point of Contact
- Allen A. Tillman II, Phone: (410) 762-6196
- E-Mail Address
-
allen.a.tillman@uscg.mil
(allen.a.tillman@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Detailed Fan Coil Conditioners Specification 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, for Service-Disabled Veteran-owned Small Business concerns (SDVOSB), or for Small Business concerns. The NAICS code is 333415 and the Small Business Size Standard is 750 employees. The Coast Guard is conducting market research in order to identify vendors who can provide Fan Coil Conditioners for a unique application with specific constraints. SYNOPSIS: 1. General : 1.1. The Government is considering to procure at least (1) Navy Standard size FCC V-1, (1) Navy Standard size FCC V-2, (1) Navy Standard size FCC V-3, (1) Navy Standard size FCC V-4 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 installed by Coast Guard Support Units on USCG 378 White High Endurance Cutters (WHEC). 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 Conditioners to fit and perform as required. 1.5. The Government is seeking information and interest from potential vendors who could provide equipment fabrication. 1.6. The Government anticipates to renew the following amounts of each Fan Coil Conditioner over a (5) year period: BASE YEAR (Quantity) V1 - 62 V2 - 62 V3 - 31 V4 - 31 OPTION YEAR 1 (Quantity) V1 - 16 V2 - 16 V3 - 7 V4 - 7 OPTION YEAR 2 (Quantity) V1 - 15 V2 - 15 V3 - 7 V4 - 7 OPTION YEAR 3 (Quantity) V1 - 15 V2 - 15 V3 - 7 V4 - 7 OPTION YEAR 4 (Quantity) V1 - 15 V2 - 14 V3 - 7 V4 - 7 TOTAL V1 - 123 V2 - 122 V3 - 59 V4 - 59 2. Background Information: 2.1. A total of (28) Navy Standard size FCC V-1, (25) Navy Standard size FCC V-2, (10) Navy Standard size FCC V-3, (11) Navy Standard size FCC V-4 are currently in use on each USCGC 378 WHEC and unable to sustain due to obsolescence. 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 continuous operation unless a low voltage condition, a temporary loss of voltage, or a manual 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. 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. Please note: If you require the Commandant Instruction M10360.3C, please contact Allen Tillman to request a copy. 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. 5. Anticipated Contract Overview: 5.1 Period of Performance: It is anticipated that a firm, fixed priced requirements contract will be awarded with one base year, and four option years. 5.2 Place of Performance: At the prospective contractor's facility. 5.3 Shipping of the supplies shall be directly to various USCG Cutters, throughout the United States, or USCG Warehouse located at 2401 Hawkins Point Road, Baltimore, MD 21220. 6. Information Submission Criteria: Please respond by e-mail to Allen A. Tillman II, at allen.a.tillman@uscg.mil by March 6, 2015, 4:00 pm (EST). Questions may be referred to Allen A. Tillman, via email. In the subject line of your email please insert: HSCG40-15-S-30002. 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 above and attached documents will be performed not 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) Delivery timeframe, including timeframes for one unit, two to forty units, forty units and up. Please answer the following questions: 1. The Coast Guard wishes to purchase an initial sample of the required goods, for first article testing and prototype installations, before committing to larger "production" quantities of fan coil conditioners. a. What is a reasonable initial quantity "pre-production" article, per required configuration? b. What is a reasonable minimum quantity for follow on "production" batches? c. Should the "pre-production" articles be separately priced from the "production" articles? 2. What is the anticipated lead time after receipt of order for - a. Pre-production articles? b. Batches of Production articles? 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. 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/COUSCGMLCA/HSCG40-15-S-30002/listing.html)
- Place of Performance
- Address: Vendor's Location, United States
- Record
- SN03648219-W 20150222/150220235333-fd5f752bf5084e1c95b484224fb75205 (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 |