Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

Z -- Phoenix Controls Upgrade

Notice Date
5/8/2020 1:32:44 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B20Q05082020
 
Response Due
5/15/2020 1:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Jeffery A. Ridenour, Phone: 309-363-5914
 
E-Mail Address
jeffery.ridenour@usda.gov
(jeffery.ridenour@usda.gov)
 
Description
The USDA, Agricultural Research Service (ARS) is conducting market research to support San Joaquin Valley Agricultural Sciences Center to perform zone-level control upgrades to the existing Phoenix Air Control System of the main office/lab building of the Parlier research site.� The contractor shall provide a turn-key product including proper installation of all material and equipment per manufacturer�s recommendations. � This is a Sources Sought notice. This is NOT a solicitation for proposals. The purpose of this notice is to obtain information.� North American Industry Classification System (NAICS) code for the proposed acquisition, 238220. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The government is seeking capability statements from businesses capable of meeting the below minimum specification requirements: � Description of work:� Each single and dual Phoenix Control valve shall require one conversion kit; triple and quad valves require two conversion kits.� All zones which contain valve electronics and actuators shall be replaced. Zone level control upgrades: Upgrade existing Phoenix Celeris 1 to new Phoenix Celeris 2 controls in high-speed identified laboratory spaces (reference Room Schedule for valve sizing and low/high speed actuator).� Remove pneumatic air valve actuation and upgrade all pneumatic controls to Lon-based Tracel controls in non-high-speed laboratory spaces.� Upgrade shall include new valve cards, electronic air valve actuators, room sensors and DAT sensors. Recalibrate and rebalance all air valve airflows to original design conditions and parameters. Install (24) each 500 VA transformers. Install all required low voltage communication wiring. Provide all necessary 15V power supplies required for reuse of existing fume hood electronics. Perform all necessary programing, commissioning and startup. Temperature control integration. Perform BMS integration using PCI-8000 for new Phoenix zone-level controls. Integration shall include connection and incorporation of existing wall mounted temperature sensors. Contractor shall provide all required 15V power supplies require for existing fume hood electronics. Respondents shall furnish sufficient technical information necessary for the Government to conclusively determine that they are capable of meeting the technical requirements identified above. Firms believing they can meet the requirements are encouraged to respond electronically with no less than the following information: � Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number, and email address; � Sufficient descriptive literature that unequivocally demonstrates that offered equipment will meet or exceed above specifications; � Descriptive material necessary for the government to determine whether the service offered meets the technical requirements; � Interested Parties must respond with capability statements by email to jeffery.ridenour@usda.gov on or before May 15, 2020 at 3:00 PM Central Standard Time. Personal visits for the purpose of discussing this requirement are strongly discouraged and will NOT be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL. � Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. The government is not responsible for locating or securing any information, not identified in the response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. � Point of Contact Mr. Jeffery Ridenour, Contract Specialist, 2413 Nashville Road, Bowling Green, KY. 42101; Phone 309-363-5914; Email: jeffery.ridenour@usda.gov. Place of Performance USDA ARS PWA SJVASC 9611 South Riverbend Avenue Parlier, CA. 93648
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/715b63190b68433091c060ea72b8ba3b/view)
 
Place of Performance
Address: Parlier, CA 93648, USA
Zip Code: 93648
Country: USA
 
Record
SN05652120-F 20200510/200508230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.