Odyssey Split System
ID: IO458794Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFBROOKHAVEN NATL LAB -DOE CONTRACTORUpton, NY, 11973, USA

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of three Odyssey Split System units, specifically designed for air conditioning and refrigeration applications. The procurement emphasizes the need for specific technical specifications, including a 7.5 Ton indoor and outdoor unit with R-454B refrigerant, and requires compliance with the Buy American Act. This equipment is critical for maintaining climate control within laboratory environments, ensuring operational efficiency and safety. Interested vendors must submit their quotes by January 20, 2025, at 5 PM EST, and can direct inquiries to Ildiko Orlando at IORLANDO@BNL.GOV or by phone at 634-344-6261.

    Point(s) of Contact
    Files
    Title
    Posted
    This government procurement document outlines a purchase order from Brookhaven Science Associates (BSA) for an Odyssey 7.5 Ton Split System Unit, emphasizing shipping, invoicing, quality assurance, and special requirements. It mandates standardized shipping procedures, including labeling and packing slip requirements, with a clear directive against insuring shipments. Quality assurance stipulations include adherence to ISO 9001 standards, thorough documentation of inspections, and prompt notification of any product recalls. Suppliers are held responsible for ensuring compliance with all quality control procedures and maintaining records for a minimum of three years. Special requirements also specify compliance with safety standards for various equipment and materials. The document serves as a detailed guide for vendors, establishing clear expectations for product delivery, quality management, and communication, reflecting the stringent regulations typical in federal contracts and grants. Its main purpose is to ensure that the supplier meets all technical and administrative standards necessary for compliance with government procurement processes.
    The Annual Representations & Certifications AMS-Form-050 is a document required from all Offerors, including Brookhaven National Laboratory (BNL/BSA), intending to provide goods or services under U.S. Government contracts. It compiles necessary registration and compliance information, with distinct sections for large and small businesses. Section A details business information and size certifications, mandating that all Offerors complete foundational details, while small businesses must provide additional size-related representations. The form emphasizes the importance of integrity with sections on certification regarding lobbying activities, executive compensation reporting, and affirmative action compliance. Offerors are also required to affirm their eligibility and compliance regarding various business statuses, such as small, veteran-owned, or women-owned. Moreover, there are sections dedicated to the representation of financial accountability and adherence to government regulations. The purpose of the form is to establish a rigorous vetting process, ensuring that all Offerors meet federal requirements while facilitating transparency and accountability in the procurement process. This documentation is crucial for the comprehensive evaluation of potential contractors seeking collaboration with the federal government, thereby ensuring adherence to guidelines that promote inclusivity and ethical practices within government RFPs and grants.
    The document is a Quotation Pricing Sheet related to a procurement request issued by Brookhaven National Laboratory (BNL), managed by Brookhaven Science Associates, LLC under the U.S. Department of Energy. It serves as a response to a solicitation letter, detailing the submission of a quotation that includes a total price and specifies terms of delivery and payment, which are FOB Destination with Net 30 Days settlement. The document emphasizes the need for the respondent to acknowledge and comply with BSA's terms, conditions, and agreed delivery schedule. The structure features a formal request for pricing along with sections for company information and signature for acceptance. This document is part of standard acquisition processes in government contracting, showcasing compliance with established procurement protocols, emphasizing accountability and adherence to quoted terms. Overall, the file reflects the procedural and formal nature of federal RFPs, which require detailed and compliant responses from bidding companies to ensure transparency and efficiency in government spending.
    The document is an ACH (Automated Clearing House) Vendor Authorization Form managed by Brookhaven Science Associates, LLC, under contract with the U.S. Department of Energy. Its primary purpose is to establish the authorization for Brookhaven National Laboratory (BNL) to initiate payments directly to vendors’ financial institutions through ACH credit entries. The form requires vendors to provide key information, including their company name, tax identification number, financial institution details, and bank account numbers. Additionally, it stipulates that the authorization remains active until modified or terminated in writing by the vendor. It emphasizes adherence to NACHA laws for revocation of the authorization. The form must be completed by an authorized representative of the vendor, including their contact information and signature. This document is part of government processes related to federal RFPs and grants, facilitating efficient payment systems for contractors and vendors that engage with Brookhaven National Laboratory, ensuring compliance with federal payment regulations.
    Form W-9, revised March 2024, is designed to collect taxpayer identification information from individuals and entities. It serves a critical role in ensuring accurate reporting of payments by various organizations to the IRS, preventing issues such as backup withholding. The form requires the submission of the name, business type, tax classification, address, and taxpayer identification number (TIN), which can be an SSN or Employer Identification Number (EIN). New updates include clarifications for disregarded entities and the introduction of a line for foreign partners in flow-through entities. Completing this form correctly helps in mitigating backup withholding, which is a process where a percentage of certain payments is withheld by the payer if the TIN is not provided. Specific exemptions from backup withholding are outlined, especially concerning certain entities like corporations and trusts. Ultimately, Form W-9 is essential for U.S. persons to avoid penalties and ensure compliance with the IRS's reporting requirements, aligning with the context of government-related financial transactions, grants, and local governmental contracts.
    Form W-8BEN-E is a document utilized by foreign entities to certify their status for U.S. tax withholding and reporting purposes. This form is specifically designed for use by entities, as opposed to individuals, who must use Form W-8BEN. It informs the withholding agent or payer of the entity's status, allowing for proper tax handling under the Internal Revenue Code. The form requires entities to provide detailed information, including their name, country of incorporation, entity type, and applicable Internal Revenue Service (IRS) statuses, such as Chapter 3 and Chapter 4 classifications. The form is organized into various sections, including identification of the beneficial owner, claims of tax treaty benefits, and certifications for specific entity types such as exempt retirement plans or nonprofit organizations. Each section is structured to confirm specific details pertinent to the entity's foreign status and tax obligations, facilitating compliance with U.S. tax regulations. Ultimately, the form plays a crucial role in ensuring that foreign entities can properly establish their tax-related status in dealings with U.S. financial institutions, aiding in tax compliance and withholding decisions relevant to various government grants and contracts.
    Brookhaven Science Associates, LLC (BSA), operating under a contract with the U.S. Department of Energy, is soliciting quotes for three Odyssey Split Systems by Train through Request for Quote (RFQ) number 458794. The RFQ emphasizes full and open competition and seeks responses by January 20, 2025, at 5 PM EST. Offerors must submit their quotes via email, including a signed Quotation Pricing Sheet, and must be registered in the System for Award Management (SAM). The procurement will focus on the supplier offering the lowest total price with the fastest shipping, adhering strictly to the specifications without accepting equivalents. Importantly, compliance with the Buy American Act is required. The document outlines further steps, including questions submission and necessary forms for successful vendors. It emphasizes accurate and timely submission of documentation to ensure consideration for the bid. This RFQ process showcases BSA's commitment to acquiring necessary equipment while following government procurement regulations and promoting competitive bidding.
    Lifecycle
    Title
    Type
    Odyssey Split System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AIR COOLED RECIRCULATING CHILLER
    Buyer not available
    The Department of Energy, specifically the Fermilab - DOE Contractor, is seeking proposals for the procurement of an air-cooled recirculating chiller, as outlined in a Combined Synopsis/Solicitation notice. This equipment is crucial for maintaining optimal temperature control in various applications within the laboratory setting, ensuring efficient operations and compliance with safety standards. Interested vendors must adhere to specific requirements, including compliance with federal regulations, and are required to submit necessary certifications regarding ownership, export controls, and adherence to the Buy American provisions. For further inquiries, potential offerors can contact Brian Nielsen at bnielsen@fnal.gov or by phone at 630-840-3554.
    5Ton Air Handler
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a Liebert 5 Ton HVAC Split System for the McAlester Army Ammunition Plant in Oklahoma. The solicitation requires the specified brand with no substitutes, emphasizing the importance of compatibility for operational efficiency and cost savings in government operations, particularly in environments involving explosive materials. The contractor must adhere to federal acquisition regulations, with a delivery deadline set for October 30, 2025, and proposals due by March 28, 2025, at 3:00 PM local time. Interested vendors can contact Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454 for further information.
    HVAC Units (4 ton)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of HVAC units, specifically a 4-ton Bard HVAC system, to be delivered to the McAlester Army Ammunition Plant in Oklahoma. The solicitation includes detailed specifications for the HVAC system components, including a model SG-5W wall mount accessory, and emphasizes the need for compliance with federal procurement standards and technical requirements. This procurement is critical for maintaining efficient climate control systems within military facilities, ensuring operational readiness and comfort. Interested suppliers must submit their bids by 10:00 AM on March 10, 2025, and can direct inquiries to Angela Rouse at angela.m.rouse3.civ@army.mil or by phone at 918-420-7175.
    Fermilab -Replacement of EOL water-cooled HVAC system
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified contractors for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 facility in Batavia, Illinois. The project involves the removal of the existing unit and installation of a new 20-ton system, requiring comprehensive compliance with federal safety and quality standards, including the submission of detailed proposals and adherence to the Davis-Bacon Act. This procurement is critical for maintaining operational efficiency and safety at Fermilab, ensuring that the facility meets its environmental and operational requirements. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    Across International 5 Sided Heating Vacuum Oven, No Equivalents
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking proposals from qualified small businesses for the procurement of an Across International 5 Sided Heating Vacuum Oven, with no equivalents accepted. This specialized equipment is essential for analytical laboratory operations, ensuring precise temperature control and vacuum conditions for various research applications. The procurement falls under a Total Small Business Set-Aside, emphasizing the commitment to supporting small enterprises in federal contracting. Interested vendors should direct inquiries to Malen Valencia at mvalencia@bnl.gov, and must comply with the General Terms and Conditions outlined by Brookhaven Science Associates, which include stringent quality assurance and safety standards.
    41--CONDENSING UNIT,REF
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide a condensing unit for refrigeration and air conditioning equipment. This procurement aims to acquire essential food product machinery that supports military operations and logistics, ensuring the effective preservation and distribution of food supplies. Interested parties are encouraged to reach out with inquiries via email to the designated buyer at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal. The solicitation is part of a Combined Synopsis/Solicitation notice, and potential bidders should review the requirements carefully to prepare their submissions.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to replace HVAC Chiller 2 and associated Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project involves the removal of a failed 60-ton Daikin chiller and its replacement with a new unit, along with updates to the VFD for an HVAC pump, all to be completed within 90 days of contract award. This procurement is critical for maintaining safe and efficient operations at the marine sanctuary, ensuring compliance with federal safety and performance standards. Interested contractors must submit their quotes electronically by 11 AM ET on March 12, 2025, with the anticipated award date around March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    Replacement Refrigeration Compressors for NMFS - AFSC in Newport, Oregon
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to replace two refrigeration compressors at the NMFS-RACE Laboratory in Newport, Oregon. The project aims to restore the chilling capacity of seawater systems essential for fish studies, with a focus on installing Copeland Semi-Hermetic compressors and ensuring compliance with environmental and safety regulations. This procurement is critical for maintaining research capabilities and involves a total small business set-aside, with quotes due by March 10, 2025, and completion expected by April 30, 2025. Interested parties should contact Jason Jenks at jason.jenks@noaa.gov for further details.
    JTE Cooler, Air, Evaporat
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotes for the procurement of a Thermoelectric Cooler rated at 1500 BTU, specifically designed for military applications. The procurement emphasizes strict adherence to engineering standards and specifications, requiring contractors to comply with detailed manufacturing instructions, quality assurance measures, and documentation for traceability within the supply chain. This cooler is critical for military operations, ensuring efficient air conditioning and refrigeration capabilities. Interested suppliers must submit their quotes and relevant documentation by the specified deadlines, and inquiries can be directed to April Blakeley at april.blakeley@us.af.mil.
    Oracle Database Enterprise Ed
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory operated by Brookhaven Science Associates, LLC (BSA), is seeking quotes for the procurement of Oracle Database Enterprise Edition software and related support services for the year 2025. The specific requirements include four units each of Oracle Database Enterprise Edition, Oracle Tuning Pack, Oracle Diagnostics Pack, and Change Management Pack, along with two units of Oracle Database Standard Edition, all on a perpetual license basis. This procurement is critical for maintaining the operational efficiency and data management capabilities at the laboratory, ensuring compliance with federal regulations and quality assurance standards. Interested vendors must submit their quotes by December 4, 2024, at 5 PM EST, and can direct inquiries to David Blackmore at dblackmore@bnl.gov.