Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOURCES SOUGHT

N -- LMA JFF Replacement HVAC System

Notice Date
4/24/2025 9:03:17 AM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF25RSS21
 
Response Due
5/8/2025 10:00:00 AM
 
Archive Date
05/23/2025
 
Point of Contact
Chandra D. Crow, Phone: 5095277202, Kristin Hernandez
 
E-Mail Address
chandra.d.crow@usace.army.mil, kristin.a.hernandez@usace.army.mil
(chandra.d.crow@usace.army.mil, kristin.a.hernandez@usace.army.mil)
 
Description
W912EF - THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SUPPLIES OR TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. The US Army Corps of Engineers (USACE), Walla Walla District is seeking sources for a supply project: LMA JFF Replacement HVAC System. This project involves the purchase, installation, and commissioning of two new electric HVAC systems along with removal and disposal of the existing HVAC systems for the first floor and second floor of the Juvenile Fish Facility at Lower Monumental Lock & Dam. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. A market survey is being conducted to determine if there are a reasonable number of firms, large or small businesses, including small-disadvantaged businesses, HUBZONE small businesses, woman-owned small businesses, or service-disabled veteran-owned small businesses interested in and technically capable of performing the scope-of-work in the specified location. If you are capable and interested in this work, please respond accordingly. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The small Business size standard for this NAICS is 1,250 employees. NO SOLICITATION IS CURRENTLY AVAILABLE. BACKGROUND AND PURPOSE: For the purposes of market research, the U.S Army Corps of Engineers, Walla Walla District requests letters of interest from qualified supply/manufacturing contractors capable of supplying the two new HVAC systems for the following project: Lower Monumental Dam, Kahlotus, WA. PROJECT DESCRIPTION: Provide two new HVAC systems which shall be electric split-type systems and shall include outdoor heat pump units, indoor ceiling-mounted air handler units with auxiliary electric heat, new thermostats, and all auxiliary piping, refrigerant, wiring, adapters, and other components needed to make the new systems function properly as a direct replacement of the existing systems. The new systems shall be brand new and shall be the latest version of its kind offered by the manufacturer. All new equipment supplied such as outdoor heat pump units, air handler units, electric heating coils, and thermostats shall be manufactured by the same company as much as possible. The new systems shall conform to the following salient characteristics. Consideration will be given to alternate designs, that meet design intent with variations to specifications, with justification for any variations. Any considerations and allowable specification variations shall be at the discretion of the Government. 3.1 FIRST FLOOR HVAC SYSTEM REQUIREMENTS Type: Electric split-type heat pump system Electric: Condenser: 208V, 3-phase, 60Hz, 30A Breaker Air Handler: 208V, 3-phase, 60Hz, 50A Breaker SEER: 14 Size: 4 ton Refrigerant: R454B Freon Cooling Performance: 47,000 BTU/hr total capacity 33,500 BTU/hr sensible capacity Entering DB/WB temp: 80F/67F @ 95F ambient air temp Heat Pump Performance: High: 46,000 BTU/hr; Low: 29,000 BTU/hr @ design Heat Rise: 19.9F @ design Electric Auxiliary Heat Coil: 11.3 kW Ventilation: Main supply fan: 1 HP, ECM Multi-speed Constant Torque 1300 � 1500 CFM 0.5 � 0.6 in WC air resistance Orientation: Horizontal Heavy gauge galvanized steel cabinet Dimensions: Condenser: Match as closely as possible to existing unit. Not to exceed 35 in x 35 in x 40 in Air Handler: Match as closely as possible to existing unit Not to exceed 55 in x 22 in x 22 in Other Accessories/Features: High capacity drier factory-installed in liquid line Crankcase heater Check and expansion valve factory installed 3.2 SECOND FLOOR HVAC SYSTEM REQUIREMENTS Type: Electric split-type heat pump system Electric: Condenser: 208V, 3-phase, 60Hz, 20A Breaker Air Handler: 230V, 1-phase, 60Hz, 60A Breaker SEER: 15 Size: 3 ton Refrigerant: R454B Freon Cooling Performance: 34,000 BTU/hr total capacity 25,800 BTU/hr sensible capacity Entering DB/WB temp: 80F/67F @ 95F ambient air temp Heat Pump Performance: High: 30,800 BTU/hr; Low: 19,600 BTU/hr @ design Heat Rise: 17.3F @ design Electric Auxiliary Heat Coil: 10 kW Ventilation: Main supply fan: 0.50 HP, ECM Variable Speed Constant Volume 1000 � 1200 CFM 0.5 � 0.6 in WC air resistance Orientation: Horizontal Heavy gauge galvanized steel cabinet Dimensions: Condenser: Match as closely as possible to existing unit. Not to exceed 35 in x 35 in x 40 in Air Handler: Match as closely as possible to existing unit Not to exceed 55 in x 22 in x 22 in Other Accessories/Features: High capacity drier factory-installed in liquid line Crankcase heater Check and expansion valve factory installed Variable speed direct driver blower motor Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in participating in the solicitation, if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB),Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a), or Other than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above. At least one (1) project/capability statement should be provided to demonstrate competency and experience in the required area of supply. Narratives shall be no longer than ten pages. Submit the above information to Chandra Crow, Contract Specialist, via email to Chandra.d.crow@usace.army.mil. Your response to the notice must be received on or before 10:00 am, Pacific Daylight Time on Friday 08 May 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/773f9109ed2b4f62ab3ef61937e8b518/view)
 
Place of Performance
Address: Kahlotus, WA 99335, USA
Zip Code: 99335
Country: USA
 
Record
SN07421296-F 20250426/250424230054 (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.