Supply of Inverter type wall mounted split AC units for USGR
ID: 191N6025Q0003Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFAMERICAN CONSULATE CHENNAIWASHINGTON, DC, 20520, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 9:30 AM UTC
Description

The U.S. Department of State, through the American Consulate in Chennai, India, is soliciting quotes for the supply of inverter-type wall-mounted split air conditioning units for the U.S. Government Residence (USGR). Vendors are required to provide units that meet specific energy efficiency and performance standards, including a minimum Indian Seasonal Energy Efficiency Ratio (ISEER) of 5, and must ensure local service support in Chennai for the duration of the warranty. This procurement is critical for maintaining comfortable living conditions at the government residence, emphasizing the need for durable and efficient air conditioning solutions. Interested vendors must submit their quotations electronically by April 16, 2025, and direct any questions to the primary contact, Michael J. Dudte, at DudteMJ@state.gov, with a mandatory SAM registration for orders exceeding $30,000.

Files
Title
Posted
This document outlines specifications for wall-mounted split air conditioners intended for government procurement through federal and local RFPs. The focus is on inverter type air conditioners with capacities of 1.5 TR and 2.0 TR, utilizing environmentally friendly refrigerants R410A and R32. Key specifications include a rotary compressor, an Indian Seasonal Energy Efficiency Ratio (ISEER) of 5, air circulation ranging from 700 to 800 cfm, and a power consumption of approximately 1500 watts to 1800 watts. Other critical features include copper coils, noise levels for indoor and outdoor units between 30-50 db and 45-55 db respectively, and weights of 14-17 kg for indoor and 40 kg for outdoor units. The document stipulates a minimum 10-year warranty for the compressor, 5 years for the PCB components, and a 1-year warranty for the entire machine, along with mandatory service support availability in Chennai, India. It also specifies that the installation kit must be included. The comprehensive criteria aim to ensure efficient, durable, and environmentally compliant air conditioning solutions for government facilities, reflecting a commitment to high performance and sustainability standards in procurement processes.
The document outlines the responses to vendor inquiries regarding Solicitation No. 191N6025Q0003 for the supply of inverter-type wall-mounted split AC units to the U.S. Government Residence in Chennai, India. The consulate confirms that service support is required locally for the duration of the manufacturer warranty and specifies that products should be delivered within 60 days. The installation kit must include necessary components such as copper pipes and wires, but a site inspection is not necessary as only the supply of AC units is requested. Payment will be made via electronic fund transfer within 30 days upon receipt of the invoice. Although there’s no specific brand preference, the consulate seeks units with durable specifications. Importantly, the consulate requires energy-efficient 5-Star models as per their specifications. While installation by the vendor is not mandated, identified service providers in Chennai must be specified. Overall, the solicitation details the requirements and guidelines for potential vendors in a clear and structured manner.
Apr 9, 2025, 7:05 AM UTC
This document outlines procedural details regarding a government Request for Proposals (RFP), including communication and responses related to a pre-proposal site visit and a conference. The structure includes several questions posed by companies interested in submitting proposals, with designated answers provided to address their inquiries. The content emphasizes the need for clarity before final project submissions, ensuring all participants have access to the same information. It also indicates the importance of transparency and effective communication in federal and state grant processes, as well as project solicitations. Overall, this document serves to facilitate a shared understanding among potential bidders, enhancing the quality and competitiveness of the proposals submitted in response to the solicitation. The outlined questions and answers aim to minimize confusion and align expectations around the project's requirements and timelines.
Apr 9, 2025, 7:05 AM UTC
The document outlines clauses for purchase orders and blanket purchase agreements awarded by overseas contracting activities for commercial items. It incorporates numerous Federal Acquisition Regulation (FAR) clauses, emphasizing compliance requirements for contractors and subcontractors. Key provisions include cybersecurity supply chain risk management responsibilities, prohibitions on telecommunications equipment from certain entities, and requirements regarding the use of covered telecommunications services. Contractors must undertake due diligence in identifying and documenting any cybersecurity risks and comply with government assessments. Additional clauses enforce timely notifications of cybersecurity events and specify obligations for subcontractors. The document also includes guidelines on representations regarding telecommunications services, particularly concerning prohibitions against using covered equipment. Overall, this comprehensive set of clauses ensures contractor adherence to federal regulations while addressing cybersecurity issues, promoting small business subcontracting, and maintaining operational integrity in government contracting. The structure supports the overall intent of safeguarding governmental interests in procurement processes through clear compliance obligations.
The document outlines the certification requirements for Department of State contractors regarding compliance with federal anti-discrimination laws. Contractors must confirm that they do not run any programs promoting Diversity, Equity, and Inclusion (DEI) that contravene these laws, with such certification being crucial for government payment decisions as per the False Claims Act (31 U.S.C. 3729(b)(4)). The certification process requires contractors or offerors to carefully read the document, check applicable compliance boxes, and provide authorized representation by a designated person. Completed certifications must be returned to the designated Contracting Officer. This process underscores the government's commitment to ensuring contractor compliance with anti-discrimination laws while maintaining the integrity of federal funding allocation principles within the context of RFPs, grants, and contracts at various government levels.
Apr 9, 2025, 7:05 AM UTC
The U.S. Consulate General in Chennai, India, is requesting vendors to provide information relating to certain telecommunications and video surveillance items that comply with the updated Federal Acquisition Regulation (FAR) under the National Defense Authorization Act (NDAA) Section 889. This regulation prohibits procurement of equipment or services that incorporate covered telecommunications technology, primarily associated with specific companies like Huawei and ZTE, which pose national security risks. Vendors must certify if they provide or use such covered equipment, guidance is provided on how to respond, and additional disclosures are required based on their responses. The document outlines vendor obligations, including an inquiry into compliance and reporting requirements for any use of prohibited items. The certification process demands careful attention to lawful procurement practices in federal contracts, ensuring national security is prioritized while facilitating compliance with federal contracting procedures.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Supply and Installation of AC units at USG Owned Residence, Essensa.
Buyer not available
The Department of State, through the US Embassy in Manila, Philippines, is preparing to solicit bids for the supply and installation of air conditioning units at the USG Owned Residence, Essensa. This procurement aims to enhance the living conditions at the residence by providing efficient air conditioning solutions, which are crucial for maintaining a comfortable environment in the region's climate. The solicitation is expected to be released around the second week of April 2025, with the contract awarded to the lowest priced technically acceptable offeror. Interested contractors must ensure they are registered in the System for Award Management (SAM) prior to submitting their offers, and they can direct inquiries to Michael O. Warren or Randy D. Dayrit at Manilapurchasing@state.gov.
Air Conditioning System
Buyer not available
The U.S. Embassy in Rome, Italy, is seeking qualified contractors to provide air conditioning systems through a Request for Quotations (RFQ). The procurement aims to supply and install various air conditioning units, with capacities ranging from 9,000 to 24,000 BTUs, to service approximately 70 residential apartments affiliated with the Embassy, ensuring compliance with energy efficiency and environmental standards. Interested offerors must submit their quotations, including a completed Standard Form SF-18, by May 5, 2025, at noon local time, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or Maria De Angelis at deangelism1@state.gov.
FAC- Shop-Warehouse Rooftop units replacement
Buyer not available
The U.S. Embassy in Paramaribo, Suriname, is seeking qualified contractors to replace, deliver, and install rooftop units at its Shop/Warehouse building located at Kristalstraat 165. The project involves replacing three curb-mounted rooftop units (RTUs) due to damage from the local corrosive environment, with a focus on safety, quality control, and compliance with local building codes and U.S. regulations. Interested bidders must contact the Embassy between March 24 and April 7, 2025, to obtain a solicitation package, with quotations due by April 21, 2025, at 15:00 hrs (local time). All offerors must be registered in the SAM database, and inquiries can be directed to the procurement unit via the provided contact details.
Annual maintenance contract for York chiller
Buyer not available
The U.S. Department of State, through the American Consulate in Dubai, is soliciting quotations for an Annual Maintenance Contract for York Chillers under Solicitation Number 19TC1225Q0005. The contract requires vendors to provide preventive maintenance for two York air-cooled chillers, including all necessary parts for repair, with the exception of the compressor, and emphasizes the importance of maintaining a stock of critical spare parts. This procurement is crucial for ensuring the operational efficiency and reliability of the chiller systems at the consulate, with a contract duration of one base year and four optional renewal years. Interested vendors must attend a mandatory site survey on March 25, 2025, submit questions by April 7, 2025, and provide their final quotations by April 17, 2025, to the designated email address. For further inquiries, contact Bradley Meacham or Teresa Danao at DubaiGSOProcurement@state.gov or by phone at +97143094000.
PURCHASE OF CHILLER COMPRESSOR
Buyer not available
The U.S. Embassy in Tirana, Albania, is seeking qualified vendors to provide six Scroll Compressor Replacement units, specifically the ZR250KCE-TWD model, as part of a Request for Quotations (RFQ). This procurement is critical for maintaining the operational efficiency of the embassy's NOX Chillers, which are essential for climate control within the facility. The compressors must meet specific technical requirements, including compatibility with refrigerant R407C and a voltage range of 380-420 volts, and all items must be brand new, with no grey market or refurbished products accepted. Interested parties should submit their proposals in English by April 18, 2025, to the designated email address, and must comply with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, vendors can contact Chris Carlisle at carlislecj@state.gov or Saimira Haxhi at haxhis@state.gov.
SPARE PARTS FOR YORK CHILLER COMPRESSOR
Buyer not available
The U.S. Department of State, through the American Consulate General in Surabaya, is soliciting quotations for spare parts for a York YCAL0377 chiller system, specifically requiring a Copeland Compressor and associated components. The procurement aims to replace the compressor and includes stipulations for new, original items, along with technical specifications, delivery timelines, warranty, and shipping costs to Surabaya, Indonesia. This opportunity is crucial for maintaining operational efficiency at the consulate, ensuring compliance with federal regulations and standards. Interested vendors must submit their quotations by the specified deadline, and those bidding over $30,000 must be registered in the System for Award Management. For further inquiries, contact Baylor M. Duncan at duncanbm@state.gov or Marjoko at marjoko@state.gov.
3 th Floor Mechanical room (LAA) parts recommended by IMAP
Buyer not available
The U.S. Embassy in Djibouti is seeking offers from qualified vendors for the procurement of specific HVAC parts as recommended by the IMAP team. The procurement aims to ensure the availability of essential spare parts for the maintenance and repair of HVAC systems, which are critical for operational efficiency and compliance with safety standards at the embassy. Key items include various components such as Honeywell valve actuators, filters, and circuit breakers, with detailed specifications provided in the associated documentation. Interested vendors must submit their financial and technical offers, along with a signed certification regarding compliance with federal anti-discrimination laws, to the designated email addresses by the specified deadline. For further inquiries, vendors can contact Jesse C. Flowers at flowersjc@state.gov or by phone at 253-775-48273.
CHILLER REPLACEMENT
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the replacement of a 30-ton chiller at the Columbia Environmental Research Center (CERC) in Columbia, Missouri. The project involves dismantling the existing system and installing a new chiller with advanced features, including two circuits and modulating capability, to enhance the facility's HVAC system. This procurement is critical for maintaining operational efficiency and sustainability within government research facilities, aligning with federal requirements for environmental responsibility. Interested vendors must submit their quotations by April 23, 2025, and are required to register at https://sam.gov/ to be eligible for contract award. For further inquiries, contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375.
Maintenance Service for HVAC Systems in Annex compound
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Seoul, South Korea, is seeking a contractor to provide Preventive Maintenance Services for HVAC systems located in the Annex compound, as outlined in RFQ Number 19KS7025Q0017. The contract requires comprehensive maintenance of rooftop units and air handling units (AHUs), including quarterly inspections, emergency response services, and the disposal of hazardous materials, ensuring that the HVAC systems remain operational and compliant with manufacturer specifications. This procurement is vital for maintaining operational efficiency and safety within U.S. diplomatic missions, supporting local businesses while adhering to strict safety and security protocols. Interested contractors must register in the SAM database and submit their quotations by the specified deadline, with a pre-quotation conference scheduled for April 8, 2025; inquiries can be directed to Wonyoung Seo at SeoWY@state.gov.
Purchase and Installation of 3 Heat Pump Units
Buyer not available
The U.S. Embassy in Tirana is seeking qualified contractors for the purchase and installation of three 48,000 BTU/h heat pump units at the Consular Waiting Area. This project aims to enhance the HVAC infrastructure, improve energy efficiency, and ensure a comfortable environment for visitors by dismantling two existing units and installing two high-efficiency cassette units along with one floor-standing heat pump unit, adhering to specified technical requirements. Interested contractors must submit their quotations by April 22, 2025, following guidelines that include SAM registration and anti-discrimination certifications, with a site visit scheduled for April 11, 2025. For further inquiries, contractors may contact Chris Carlisle at carlislecj@state.gov or Saimira Haxhi at haxhis@state.gov.