Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

Z -- York Brand Name Chiller and Baltimore Coil Brand Name Cooling Tower Maintenance

Notice Date
2/13/2020 2:54:46 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NRMAE000-20-00274RDS
 
Response Due
2/20/2020 4:00:00 PM
 
Archive Date
03/06/2020
 
Point of Contact
RYAN STROUD, Phone: 3034975282, Fax: 3034976163
 
E-Mail Address
RYAN.STROUD@NOAA.GOV
(RYAN.STROUD@NOAA.GOV)
 
Description
Department of Commerce (DOC) National Oceanic and Atmospheric Administration (NOAA) Sources Sought York Brand Name Chiller and Baltimore Coil Brand Name Cooling Tower Maintenance � INTRODUCTION THIS IS A SOURCES SOUGHT NOTICE ONLY.� This Sources Sought notice is issued solely for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation.� Furthermore, those who respond to this Sources Sought notice should not anticipate feedback with regards to its submission; other than acknowledgment of receipt � ONLY IF a request for an acknowledgement is requested by the submitter.� This Sources Sought notice does not commit the Government to contract for any supply or service.� NOAA is not seeking proposals at this time.� Responders are advised that the U.S. Government will not pay any costs incurred in response to this Sources Sought notice.� All costs associated with responding to this Sources Sought notice will be solely at the interested party�s expense.� Not responding to this Sources Sought notice does not preclude participation in any future solicitation. The information provided in this Sources Sought notice is subject to change and is not binding on the Government.� All submissions become the property of the Federal Government, and will not be returned. Any information that the vendor considers proprietary should be clearly marked as such.� REQUIREMENT This project is for the National Oceanic and Atmospheric Administration (NOAA), Office of Atmospheric Research (OAR) Geophysical Fluid Dynamics Lab (GFDL), 201 Forrestal Rd, Princeton, NJ 08540, https://www.gfdl.noaa.gov/. �This maintenance agreement is for York brand chillers and Baltimore Coil brand coolers monthly and annual inspections, preventative maintenance, and emergency service on three chillers and four cooling towers at the GFDL facility. The Government is seeking sources capable of performing fulfilling the following requirement. Cooling Towers Component Model # Manufacturer Serial # Cooling Tower VT1209-0 BAC V1500374010101 Assoc./ Chiller # 1 Cooling Tower VT1209-0 BAC V1500374020101 Assoc./ Chiller # 1 Cooling Tower VT1N346RMR BAC 2040383201 Assoc./ Chiller # 3 Cooling Tower VT1N255 BAC 4040383201 Assoc./ Chiller # 4 Table 1.1 Chillers Component Model # Manufacturer Chiller # Tons Capacity Centrifugal Chiller YKMCMCG4 YORK Chiller # 3 350 Tons Screw Chiller YRTDTDT1-46C YORK Chiller # 4 250 Tons Centrifugal Chiller YKERETQ6-CLG YORK Chiller # 1 400 Tons Table 2.2 Preventative Maintenance Cooling Towers The contractor shall perform the following preventative service as necessary and applicable to maintain the Cooling Towers operating with optimum efficiency and in accordance with the original design intent and equipment manufacturers recommended specifications.� 1. Operating inspection (Monthly): The contractor shall perform monthly inspection of the following items to ensure the units operate reliably and efficiently: Check for general condition and operation Clean debris from unit Check and adjusting sump water level Inspect heat transfer section and reporting on condition Inspect spray nozzles or water distribution pans Check and adjust fan belt position Check unit for unusual noise or vibration Lubricate fan shaft bearing ? 2. Preventative maintenance and inspection (Annual): The contractor shall perform one (1) annual preventative maintenance and inspection of the following items to ensure the units operate reliably and efficiently: Check for general condition and operation Check drift eliminators, louvers, fill, Spray nozzles and Baffles Thoroughly clean and de-scale the tower housing and components Clean debris from unit Clean and flushing sump Clean sump strainer� Check fan bearing locking collars Check motor voltage and current Lubricate motor base adjusting screw Lubricate fan shaft bearings Change belts once a year Verify heater and heat tracing operation if tower remains online throughout the year Check and lubricate motor bearing Caulk and seal of cooling tower seams as needed Properly evaluate the equipment condition and make recommendations to enhance its operating efficiency and reliability Provide a service report illustrating condition and useful life expectancy Chillers The contractor shall perform the following preventative service as necessary and applicable, in the best judgment of the servicer, to keep the Chillers operating properly and with optimum efficiency.� 1. Operating inspection (Monthly): The contractor shall perform monthly inspection of the following items to ensure the units operate reliably and efficiently: Check for proper refrigerant charge and oil level(s) to ensure optimum performance. Check conditions and settings of panel controls, operating controls, safety controls, thermometers, and gauges to ensure optimum performance and reliability. Determine level of heat exchange tube fouling from analysis of available log reading or readings taken during inspection. Lubricate all moving parts, as required. Verify proper equipment operation through analysis of available log readings or readings taken during inspection. Check compressor oil, replace oil filters, refrigerant filters and filter driers, as required. Check for refrigerant leaks, repair leaks, and replace by topping off refrigerant lost to ensure optimum performance. 2. Preventative maintenance and inspection (Annual): The contractor shall perform one (1) annual preventative maintenance and inspection of the following items to ensure the units operate reliably and efficiently: Drop one condenser head, conduct annual visual inspection of condenser tubes; Repeat for each chiller. Mechanically brush clean condenser tubes for each chiller once per year. Provide annual chemical analysis and report on compressor oil. Conduct annual meg-ohm stator test on all compressor motors and check motor lugs for tightness. Inspect the starter, check all lugs for tightness and test all safety and operating controls. Parts and Labor The contractor shall furnish all necessary repairs and renewal parts and lubricants required to maintain the equipment in proper operating condition inclusive of all necessary labor to install repair parts, make necessary adjustments to keep the equipment operating efficiently. Inspections During the term of the base contract year and option years, the contractor shall perform monthly inspections of all equipment. Additionally, the contractor shall perform any annual start-up or shut- down as required by building operation schedule. Annual maintenance shall be performed during the winter months with specific dates coordinated with the COR or government representative. The contractor shall provide a detailed report of each inspection to the owner. RESPONSE FORMAT In order to better assist in the review of submittals to this Sources Sought notice, respondents are encouraged to prepare a capabilities statement that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5� by 11� paper and shall not exceed five (5) pages in length, including images, data displays, charts, graphs, and tables. Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this Sources Sought notice. Respondents may provide additional promotional literature in addition to their response as long as the literature conforms to the response format. Submissions in response to this Sources Sought notice shall not exceed five (5) pages. RESPONSE DEADLINE AND REQUESTED INFORMATION Responses to this notice should be submitted by emails received no later than 05:00pm MST, ThursdayTuesday, February 2011, 2020 to: Contract Specialist: Ryan Stroud at ryan.stroud@noaa.gov Interested parties are requested to submit a statement of capability outlining experience that is related to this requirement. The statement of capability shall also include the information listed below: Company Name/Division, mailing address, e-mail address, telephone, FAX numbers, and website address (if available). �Single point-of-contact name, title, telephone, and email address. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.).� Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (https://www.sam.gov/portal/public/SAM/). Applicable NAICS code under which the company customarily does business. Business size for NAICS Code and socio-economic status, if qualified as one or more of the following: 8(a) firm (must be certified by SBA) Small Disadvantaged Business (must be certified by SBA) Woman-Owned Small Business HUBZone firm (must be certified by SBA) Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages) A description of the firm�s ability to perform the work on the York Brand Name and Baltimore Coil Brand Name equipment and any other information you believe to be important and relevant to the purposes of this Sources Sought notice. The responses received will assist NOAA with identifying the number and nature of the entities that consider themselves feasible technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred by it in responding to this request, or in support of activities associated with this Sources Sought notice, shall be the sole responsibility of respondent. NOAA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this Sources Sought notice.� Responses to this Sources Sought notice will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67c445e074824c86bffc0d2e8c490089/view)
 
Place of Performance
Address: Princeton, NJ 08540, USA
Zip Code: 08540
Country: USA
 
Record
SN05562266-F 20200215/200213230140 (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  © 1994-2020, Loren Data Corp.