|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1999 PSA#2503FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 41 -- REFRIGERATION EQUIPMENT; TRANE CHILLER, SCREW SCROLL, AIR-COOLED
SOL N00189-00-T-0211 DUE 011100 POC David C. Zareczny, Contracting
Officer, Code 202A2A, (757) 443-1431 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format prescribed in Subpart 12.6 of the FAR, as supplemented with
additional information included in this notice. This announcement
constitutes the request for quote for the required item. Proposals are
hereby requested under RFQ N00189-00-T-0211, a subsequent solicitation
document will not be issued. FISC Norfolk Acquisition Department
intends to purchase on a sole source basis from; The Trane Company 3600
Pammel Creek Road, LA Crosse, WI 54601, the following item, (1) 1 Each,
Trane Chiller, Screw Scroll, 170T, Air-cooled, Part Number RTAA-170.
This is a replacement for existing Trane R12, 160 Portable Chiller at
a naval installation. This will fit a government supplied trailer. The
R12 unit is in bad condition and the refrigerant is being phased out.
The new unit (RTAA-170) will be installed on the trailer by shops
personnel (Government personnel) when received. The RTAA-170 required
performance data is as follows, Tons Cooling: 164.5T, LWT: 44.0 Degrees
F, WPD: 16', Low Ambient: 15 Degrees F, Modulated Unloading: 10% to
100%, MCA: 363, EWT: 54 Degrees F, GPM: 393.5, Design Ambient: 95
Degrees F, EER: 9.2, V/PH/HZ: 460/3/60, MFS: 500A, Generic BAS or
Bi-directional interface to be compatible with the Trane Control
System. Compressors shall be rotory "Screw Type", Reciprocating
compressors are not acceptable on this unit. Chiller to be a normal
170T Unit: To Have: 460/3/60 Input Power, To Include: A factory
installed single 115/1/60 15A connection for evaporator barrel heater
tape and control power: Chiller To Have: Dual Independent Refrigerant
Circuits, To Have: Modulated control of loading and unloading to 10%
Capacity, Step Control of loading and unloading not acceptable, To
Include: Factory Installed Low Ambient Head Pressure Controls for
Cooling Operation down to 15 Degrees Ambient Temperature Operations, To
Include: Refrigerant Suction and Discharge Pressure Digital Display for
each circuit, To Include: Over/Under Voltage Protection, Factory
Mounted and Wired Phase Failure/Reversal Protection, To Include:
Factory Installed Condenser Coil Guards, To Include: Factory Installed
Screens Enclosing the Compressor and Evaporator Access Areas, (for
pigeon & trash control), To Include: Factory Charged with Freon and
Oil, To Have: Microprocessor Control of leaving water temperature with
Digital Display of entering and leaving water temperatures,
refrigerant temperature and pressure, % RLA, Operating Mode and
Diagnostic Service Information, TO Have: Factory Installed Chiller
capability for accepting a chilled water reset signal from existing
Trane EMTX-10M-3 sequencing panel, To Include: A vapor proof water flow
switch (for field mounting and wiring by shops personnel), To Include:
A Must; Bronz-Glo (Trade Name) Corrosion Resistant Coating on
Condenser Coils and Casing (Cabinet & Frame), for High Corrosive
conditions, Phenolic (Heresite) (Or Sprayed On Coating are not
acceptable), To Include: QTY-2, "Andrews", Product Name) Flanged
Couplers ASA 6" Flange with gaskets and dust plugs. Andrews part number
600-DL-A1.(They are to match up with the existing Andrews Hose
Connections currently installed on the buildings that require emergency
portable units). Contractor to verify proper couplings. Special Note:
Mr. Dennis Holland, or his representative to ensure this is adhere to
prior to purchase of unit, if chiller proposed for purchase is other
than the Manufacturer & Model specified in the above synopsis. The
bidder shall include a full submittal package with their bid and shall
certify in their submittal that they are in full compliance with all
items in this synopsis. Delivery is 14 Weeks/ARO or sooner. FOB POINT:
Destination to Virginia Beach, VA 23461.The following FAR provisions
and clauses apply to this solicitation and are incorporated by
reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN
1999), FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items ( JUN 1999), FAR 52.212-4 Contract
Terms and Conditions-Commercial Items (MAY 1999), FAR 52.212-5 Contract
Terms and Conditions Required To Implement Statutes or Executive Orders
(MAY 1999): The following numbered subparagraphs under paragraph (b) of
this apply: (6), (7), (8), and (9), FAR 52.215-5 Facsimile Proposals
(OCT 1997), FAR 52.232-33 Payment By Electronic Funds Transfer-Central
Contractor Registration (MAY 1999). The RFQ document,
(N00189-00-T-0211), provisions and clauses which have been incorporated
are those in effect through FAC 97-12. The following Defense FAR
Supplement (DFAR) provisions and clauses apply to this solicitation and
are incorporated by reference, with the exception of DFAR 252.204-7004
which will be in full text. DFAR 252.225-7000 Buy American Act
-Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7001
Contract Terms and Conditions Required To Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
(MAR 1998):The following clause under paragraph (b) of this clause
apply, DFAR 252.225-7001 Buy American Act and Balance of Payments
Program (MAR 1998), DFAR 252.204-7004, (MAR 1998), Required Central
Contractor Registration, (a) Definitions. As used in this clause -- (1)
"Central Contractor Registration (CCR) database" means the primary DOD
repository for contractor information required for the conduct of
business with DOD. (2) "Data Universal Numbering System (DUNS) number"
means the 9-digit number assigned by Dun and Bradstreet Information
Services to identify unique business entities. (3) "Data Universal
Numbering System +4 (Duns+4) number" means the Duns number assigned by
Dun and Bradstreet plus a 4-digit suffix that may be assigned by a
parent (controlling) business concern. This 4 digit suffix may be
assigned at the discretion of the parent business concern for such
purposes as identifying subunits or affiliates of the parent business
concern. (4) "Registered in the CCR database" means that all mandatory
information, including the DUNS number or theDuns +4 number, if
applicable, and the corresponding Commercial and Government Entity
(CAGE) code, is in the CCR database; the DUNS number and the CAGE code
have been validated; and all edits have been successfully completed.
(b) (1) By submission of an offer, the offeror acknowledges the
requirement that a prospective awardee must be registered in the CCR
database prior to award, during performance, and through final payment
of any contract resulting from this solicitation, except for awards to
foreign vendors for work to be performed outside the United States.(5)
The offeror shall provide its DUNS or, if applicable, its DUNS +4
number with its offer, which will be used by the Contracting Officer to
verify that the offeror is registered in the CCR database. (6) Lack of
registration in the CCR database will make an offeror ineligible for
award. (7) DOD has established a goal of registering an applicant in
the CCR database within 48 hours after receipt of a complete and
accurate application via the Internet. However, registration of an
applicant submitting an application through a method other than the
Internet may take up to 30 days. Therefore, offerors that are not
registered should consider applying for registration immediately upon
receipt of this solicitation. (c) The contractor is responsible for the
accuracy and completeness of the data within the CCR, and for any
liability resulting from the Government's reliance on inaccurate or
incomplete data. To remain registered in the CCR database after the
initial registration, the contractor is required to confirm on an
annual basis that its information in the CCR database is accurate and
complete. (d) Offerors and contractors may obtain information on
registration and annual confirmation requirements by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.. As a
minimum, responsible sources should provide this office: a price
proposal on letterhead or a SF1449 for the requested item with unit
price, extended price, prompt payment terms, remittance address, and a
completed copy of FAR 52.212-3. Responses to this solicitation are due
by January 11, 2000. Offers can be faxed to (757-443-1389/1333) or
mailed to; Fleet & Industrial Supply Center, 1968 Gilbert St., Suite
600, Acquisition Department, Attn: David C.Zareczny, Code 202A2A,
Norfolk, VA.23511-3392. Reference RFQ N00189-00-T-0211. CBD Note 22
applies. Posted 12/22/99 (W-SN410850). (0356) Loren Data Corp. http://www.ld.com (SYN# 0199 19991227\41-0001.SOL)
41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page
|
|