SOURCES SOUGHT
99 -- Fabricate/Design Chiller
- Notice Date
- 11/11/2020 10:40:20 AM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- SRNS - DOE CONTRACTOR Aiken SC 29801 USA
- ZIP Code
- 29801
- Solicitation Number
- SRNS10112020CHILLER
- Response Due
- 12/3/2020 2:00:00 PM
- Archive Date
- 12/18/2020
- Point of Contact
- Barbara McCarty, Phone: 8039526119
- E-Mail Address
-
barbara.mccarty@srs.gov
(barbara.mccarty@srs.gov)
- Description
- ***** This is a REQUEST FOR INTEREST ONLY! This request does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this request is to identify potential offerors for market research purposes only. ***** Request for Information (RFI) Savannah River Nuclear Solutions, LLC (SRNS), which manages and operates portions of the Savannah River Site (SRS) under a Department of Energy (DOE) prime contract, solicits expressions of interest from potential suppliers who have a strong background in the design and fabrication of chillers. This RFI is issued to assist with finding potential suppliers interested in this solicitation. The SRS is located approximately 15 miles south of Aiken, South Carolina and is 310 contiguous square miles. Scope Summary: Provide labor, materials, and services required for the design, fabrication, inspection, testing, documentation, delivery, installation support, and technical startup support of two (2) redundant, nominal 70 ton chiller units. The minimum cooling capacity shall be 70 tons of refrigeration Chilled water is discharged from the chiller at 45� � 2�F and is returned at a nominal 55�F where it is cooled again to repeat the process. Process Chilled water return temperature shall be a maximum of 55 � 2�F. The chiller shall be controlled by either supply or return temperature. The outlet temperature shall be designed to a nominal temperature of 45 � 2�F. The chiller units shall be microprocessor controlled, air-cooled liquid chillers utilizing screw compressors and low sound fans. Units shall be rated in accordance with AHRI Standard 550/590 (U.S.A.) latest edition. The compressor(s) shall be air cooled semi hermetic twin rotary screw type utilizing R-134A HFC refrigerant. Compressor motors shall be direct drive, 3500 rpm, protected by motor temperature sensors, and a suction gas cooled motor. The chiller units� construction shall comply with ASHRAE 15 Safety Code. No isolation valve (including maintenance valves) shall be installed between the compressor discharge and the first pressure relief valve unless ASME pressure relief valves are installed in between the two devices. All ASME vessel pressure relief valves shall be sized for fire and no maintenance valves installed to prevent the pressure relief valves from relieving the vessel during fire. Cooler shall have mechanically cleanable tubes in a shell-and-tube type direct expansion cooler with removable heads. Tubes shall be internally enhanced seamless-copper type rolled into tube sheets. Cooler shall be equipped with Victaulic-type water connections. Shell and cooler heads shall be insulated with 3/4-in. PVC foam (closed-cell) with a maximum K factor of 0.28. Design shall incorporate a minimum of 2 independent refrigerant circuits, drain, vent, and a factory-installed flow switch. Condenser fan motors shall be totally enclosed, air over, variable speed (controlled by low ambient temperature and head pressure control), reversible, 3-phase type with permanently lubricated bearings and Class F insulation. The fans shall be dynamically and statically balanced. Refrigerant circuit components shall include replaceable-core filter drier, moisture indicating sight glass, electronic controlled expansion valves and liquid line service valves, and complete operating charge of both refrigerant R-134a and compressor oil. A supplier's response to the RFI does not guarantee they will be selected to participate in the RFP. Suppliers responding to this RFI shall include evidence of the following: Past performance/personnel qualifications Quality Assurance Manual (Uncontrolled copy) Scheduling competency Familiarity with EVMS Qualification for codes and standards Lead time for design and fabrication E-mail response addressing Items 1 through 6 above shall be submitted by 5:00 p.m. est. on 12/3/20 to Barbara McCarty at barbara.mccarty@srs.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/31810d67aedf497f9db13527f4de0d2d/view)
- Place of Performance
- Address: Aiken, SC 29808, USA
- Zip Code: 29808
- Country: USA
- Zip Code: 29808
- Record
- SN05851039-F 20201113/201111230133 (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 |