40 Ton Chiller
ID: FA9101-24-Q-B074Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a 40-ton air-cooled water chiller under solicitation number FA9101-24-Q-B074. The project involves the removal of an existing chiller and the installation of a new Trane unit at the Arnold Engineering Development Complex (AEDC) in Silver Spring, Maryland, with a focus on standardization to enhance operational efficiency. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by September 25, 2024, and can direct inquiries to Andrew Waggoner or Robert Mosley via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    Tunnel 9 Visitor’s Guide outlines the protocol for accessing a secure facility under the Department of the Air Force. All visitors require preapproval through written requests and must present valid photo IDs, sign a visitor register, and stay under escort during their visit. Specific entry requirements include passports for foreign visitors and Resident Alien Cards for resident aliens. Essential contact details for the Visitor Control Center and Security Manager are provided, alongside guidelines for classified meetings. Visitors can park across from Building 402 and must return access badges post-visit. Wireless internet is available upon prior coordination. The guide also details directions to Tunnel 9 from various locations, emphasizing routes from major airports and nearby highways, as well as providing a campus map with entrances to the Federal Research Center Campus. This document serves to facilitate secure access while ensuring compliance with security protocols, critical for operations involving sensitive information.
    The Arnold Engineering Development Complex (AEDC) is seeking proposals for a Chiller Replacement Project involving the installation of a 40 Ton air-cooled water chiller. The document outlines extensive specifications for design, performance requirements, components, and installation procedures. The chiller must primarily utilize rotary scroll compressors, operate efficiently within a temperature range of -40°F to 125°F, and incorporate advanced safety and control mechanisms. Key aspects include compliance with established industry standards (AHRI, ASHRAE), specific refrigerants with low global warming potential (GWP), and strong emphasis on acoustics and operational efficiency. Proposals must include comprehensive product information, installation instructions, and verification of performance based on approved methods. The installation requires strict adherence to manufacturer's guidelines, including the removal of the existing chiller, and involves preventive maintenance checks by factory-trained technicians within the first year. This RFP reflects the federal government's commitment to updating facilities with energy-efficient equipment, ensuring compliance with safety and environmental standards, and fostering sustainability in operations.
    The document titled "Test Before Flight" emphasizes a crucial safety protocol likely related to aviation or aircraft operations within the federal government. The repetitive mention of "GSA PHOTOS" suggests that the content may involve visual documentation or inspections associated with pre-flight assessments. Although the text lacks specific details concerning procedures or guidelines, the persistence of the phrase implies that these tests are a fundamental requirement before aircraft takeoff. This protocol appears to align with regulations governing safety checks in aviation and potentially relates to broader federal grants or RFPs connected to aviation safety initiatives. The focus on photos may indicate that visual evidence of compliance and safety assessments is critical. Overall, the document underscores the importance of thorough pre-flight testing and proper documentation as part of regulatory adherence and safety enhancement in governmental aviation operations.
    This memorandum, dated August 22, 2024, represents a Request for Quote (RFQ) from the Air Force Test Center (AFTC) for a 40 Ton Chiller, identified under solicitation number FA9101-24-Q-B074. The RFQ is structured in accordance with the Federal Acquisition Regulations (FAR), primarily targeting small businesses as it's a 100% small business set-aside. Vendors are required to submit their quotes by August 30, 2024, with emphasis on providing a lowest price technically acceptable (LPTA) offer. The RFQ specifies that vendors must adhere to detailed submission instructions, including the necessity of registration in the System for Award Management (SAM) prior to award. Factors such as delivery address, payment terms, and required vendor information are outlined to ensure compliance with government standards. The anticipated award will be given to the vendor whose quote best meets the technical and pricing criteria outlined in the solicitation. Additional considerations for the award process include potential clarifications with vendors to ensure optimal quotes are received. Overall, this RFQ exemplifies a structured acquisition process aimed at obtaining commercial supplies through competitive bidding, reflecting broader government procurement practices.
    The Women-Owned Small Business (WOSB) solicitation document outlines a request for commercial supplies and services, specifically for the replacement of a 40-ton chiller. The key elements include the solicitation's effective date, details about the item specifications, delivery requirements, and payment processes. The contractor is required to adhere to various Federal Acquisition Regulation (FAR) clauses and provide unique item identification for certain products. The document also emphasizes the need for inspection and acceptance procedures, highlighting Neethi Mathew as the primary point of contact for these operations. Additionally, the solicitation incorporates provisions for small business participation, including preferences for economically disadvantaged and service-disabled veteran-owned small businesses. Overall, the form seeks to ensure compliance with government contracting standards while promoting small business involvement and safeguarding operational procedures.
    The document outlines vendor inquiries and corresponding government responses concerning the procurement process for project FA9101-24-Q-B074. The primary focus is clarifying whether certain components require replacement or specific actions during the project. Key points include the affirmation that temperature transmitters and pressure gauges do not need to be changed, while some insulation on water lines may require replacement, although cladding can be reused. Additionally, the government confirms there is no need to bleed water lines, as this will be handled internally if necessary. A bond is not required for this project, and the existing unit's controls contractor is identified as Carrier. This Q&A format addresses vendor concerns directly related to maintenance and installation requirements, reflecting the government's aim to streamline the bidding process and ensure all parties have a clear understanding of project specifications.
    The government is pursuing a single-source contract for a brand name Trane 40-ton air-cooled water chiller to enhance standardization across its Tunnel 9 facility. The contract entails removing the existing chiller, installing the new unit, and servicing it, all at the AEDC White Oak in Silver Spring, MD. The decision to specify a Trane chiller stems from previous evaluations of other brands, such as Carrier and Daikin, which determined that Trane aligns best with the government's objectives to reduce operational costs and improve efficiency through standardization of equipment. Preliminary market research indicated interest from vendors, leading to engagement with Innovative Mechanical Systems, Inc. and the posting of a Sources Sought Notice on SAM.gov. Despite multiple vendors expressing capability, it is concluded that the standardization need justifies the sole sourcing of the Trane chiller. Future similar needs will be assessed for cost-effectiveness to determine the validity of maintaining a brand name requirement.
    This document is an amendment to a solicitation involving a site visit scheduled for 10:00 AM Eastern Time on 12 September 2024. Interested vendors must submit specific information, including their company name and visitor details, by 12:00 PM Central Time on 10 September 2024, to facilitate the security vetting process. Additionally, vendors need to provide a copy of the visitor's driver's license. The amendment also extends the quote submission deadline from 30 August 2024 to 18 September 2024 at 1:00 PM Central Time. Furthermore, an attachment detailing visitor guidelines has been added. The amendment ensures all terms of the original solicitation remain unchanged except for the specified updates. This process reflects the standard procedures for managing government contracts and safeguarding access for potential vendors.
    The document is an amendment to a federal solicitation, specifically addressing changes related to a procurement process. It outlines key modifications, notably extending the deadline for submitting offers to 1:00 PM Central Standard Time on September 25, 2024, from the original date of September 18, 2024. Additional updates include the inclusion of photos of the existing chiller at Tunnel 9, wage determinations, and a list of vendor questions with corresponding government answers. The structure includes detailed acknowledgment requirements for bidders, conditions of acceptance, and contract modification procedures. The main focus is to ensure all parties are informed of the changes and to maintain clear communication throughout the solicitation process. This amendment reflects common practice in government RFP and contract management, emphasizing the need for transparency and adherence to updated timelines.
    The document pertains to the "Test Before Flight" program for a 40-ton chiller circuit panel, emphasizing its non-sensitive nature with unrestricted public distribution as authorized under AEDC Release Authorization IRA # 24-0301. The repetitive mention of the chiller circuit panel indicates its significance within the program, likely implying a thorough verification process before operational deployment. The concluding slide suggests a focus on audience engagement, with a prompt for questions, highlighting the importance of clarity and understanding in technical contexts. While specific technical details are sparse, the overall aim reflects a systemic approach to ensuring functionality and safety in aerospace or related applications, aligning with governmental strategic initiatives in equipment validation. This document stands as a preliminary communication piece within the broader landscape of federal and state RFPs and grants, potentially guiding future project developments.
    The document outlines wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor, specifying minimum wage and fringe benefits for contract workers in Maryland's Frederick and Montgomery counties. The current wage determination (No. 2015-4269, Revision No. 26) is effective from July 22, 2024, establishing a minimum hourly wage of $17.20 for employees working under contracts awarded on or after January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90 per hour. The document lists various occupations with corresponding wage rates, detailing additional requirements such as paid sick leave and fringe benefits, including health, welfare, and vacation pay. Specific classifications such as computer programmers and air traffic controllers have unique considerations regarding exemptions. The SCA mandates that employees reimbursed for uniforms or related expenses should not be charged if it lowers the rate below the determined minimum wage. The document serves as a critical resource for contractors, ensuring compliance with federal wage regulations in service contracts tied to government RFPs and grants.
    Lifecycle
    Title
    Type
    40 Ton Chiller
    Currently viewing
    Solicitation
    Similar Opportunities
    Brand Name Requirement - Trane CGAM-70 Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for the procurement of a Trane CGAM-70 air-cooled scroll packaged chiller under solicitation number FA282324Q0072. This requirement is a brand-name procurement aimed at acquiring a specific model of chiller to standardize HVAC systems, thereby enhancing operational efficiency and reducing training costs for maintenance personnel. The total award amount for this contract is approximately $19 million, with a delivery schedule set from September 23, 2024, to January 24, 2025. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Sierra Prindle at sierra.prindle.1@us.af.mil for further clarification.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Purchase One Each (1) Koolant Koolers Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of one Koolant Koolers Chiller. This chiller is used for refrigeration and air conditioning components. The procurement is set aside for small businesses and the place of performance is Tinker AFB, Oklahoma, USA. The primary contact for this procurement is Claude J. Boggs, Jr., who can be reached at claude.boggs@us.af.mil or 405-739-3317. The chiller being procured is a 10 ton Koolant Kooler Chiller with the part number WVI100001SS11D0000 and model number WVI-10000-M.
    B18 Chiller Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of a chiller at Joint Base Anacostia-Bolling in Washington, D.C. The contractor will be responsible for repairing leaks in Chiller 1, conducting routine maintenance, and ensuring proper cleanup after the work is completed, with a focus on maintaining cooling capabilities for 26 facilities. This contract is set aside for small businesses under NAICS Code 811310, with a completion period of 60 days from the notice to proceed. Interested parties must submit their quotes by September 25, 2024, following a site visit scheduled for September 19, and should direct inquiries to Melvin Spann at melvin.spann@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    APC Schneider InRow Chillers and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three APC by Schneider InRow Chillers, along with installation, assembly, and startup services at Patrick Space Force Base in Florida. The contract involves the complete removal and replacement of the existing Local Area Network (LAN) Cooling System in a data center, ensuring a functional cooling system critical for data operations. Interested small businesses must submit their quotes by September 25, 2024, following a mandatory site visit on September 19, 2024, and are encouraged to contact Charles Cowart or Keona Franklin for further inquiries. The procurement is set aside for small businesses under NAICS code 238220, with a performance period of 10 working days post-equipment receipt.
    Air-Cooled Chiller Repair and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Grounds, is seeking small businesses capable of providing repair and maintenance services for two TRANE air-cooled chillers located at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure optimal functionality and operational availability of the chillers through regular inspections, maintenance, and necessary repairs, all in compliance with manufacturer standards. This opportunity is critical for maintaining the efficiency of cooling systems essential for various operations at the depot. Interested parties should respond to the sources sought notice by providing company information and demonstrating their capabilities, with inquiries directed to Justin Marino at justin.m.marino2.civ@army.mil or by phone at 570-615-7106.
    FD2020-23-00059
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY is seeking a water chiller (part number 4130015475215AH) in the quantity of 132. The water chiller is typically used for cooling purposes and is an essential component in various industrial and commercial applications. The procurement is being conducted by DLA AVIATION at Ogden, UT.
    41--AIR CONDITIONER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of air conditioners under solicitation number NSN 4120012559898. The requirement includes a total of 90 units to be delivered to DLA Distribution, with a delivery timeline of 98 days after order (ADO). These air conditioning units are critical for maintaining operational efficiency in various military applications, ensuring a suitable environment for personnel and equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    JUBJ 23-4636 REPLACE CHILLERS B872,873, 874, and 863 (Solicitation)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the replacement of chillers in buildings B872, B873, B874, and the B863 Youth Center at Maxwell Air Force Base in Montgomery, Alabama, under project number JUBJ 23-4636. The project entails the removal of existing chillers and installation of new systems, requiring compliance with environmental regulations and a phased approach to minimize disruption during the 480-day construction period. This initiative is crucial for modernizing facility infrastructure and ensuring operational reliability while adhering to safety and environmental standards. Interested contractors must submit sealed bids with an estimated budget between $1,000,000 and $2,000,000, and can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879 for further details.
    41--COOLER UNIT,AIR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of five air cooler units (NSN 4130014383810). The requirement specifies the delivery of these units to DLA Distribution within 161 days after order, with the approved source being 38450 1060-00-DREV"B" .75 TON. These air conditioning units are critical for maintaining operational efficiency in various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.