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
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 9:00 PM UTC
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
Jan 10, 2025, 10:04 PM UTC
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.
Jan 10, 2025, 10:04 PM UTC
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.
Jan 10, 2025, 10:04 PM UTC
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.
Jan 10, 2025, 10:04 PM UTC
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.
Jan 10, 2025, 10:04 PM UTC
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.
Jan 10, 2025, 10:04 PM UTC
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.
Jan 10, 2025, 10:04 PM UTC
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
COMPRESSOR 3.2 TON
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of five 3.2-ton compressors manufactured by BITZER US, INC. This Request for Quote (RFQ) emphasizes that only authorized distributors of the OEM may submit bids, and all quotes must include a validation letter confirming this status. The compressors are critical for use on the USCGC 418 FT. WMSL refrigeration ships store plant, and delivery is required by July 13, 2025. Interested vendors must submit their quotations by April 15, 2025, and can contact Gina Baran at gina.m.baran@uscg.mil for further details.
Rental of one (1) 60 Ton Critical Chiller System
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental of one (1) 60-ton critical chiller system, with the rental period extending from September 16, 2025, to April 20, 2026, and an option to extend through May 18, 2026. Vendors are required to meet specific mechanical and electrical specifications, provide regular maintenance and support, and ensure compliance with a detailed Statement of Work (SOW) that includes various operational and safety standards. This procurement is crucial for maintaining effective cooling solutions for naval operations, reflecting the government's commitment to operational readiness. Proposals are due by April 15, 2025, and interested parties should submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil.
RFP#ISD_366373KMW - Replace 3.0 Ton Hvac Unit – Industrial Building 4 (IB4)
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the replacement of a 3.0-ton HVAC unit at Industrial Building 4 in Batavia, Illinois. This procurement is a Total Small Business Set-Aside and requires contractors to demonstrate at least five years of relevant HVAC experience, compliance with safety regulations, and the submission of both technical and business proposals. The project is part of ongoing efforts to enhance facility operations and ensure compliance with federal standards, with proposals due by April 25, 2025. Interested contractors can reach out to Kody M. Whittington at kwhittin@fnal.gov or call 630-840-6898 for further details.
High-Capacity Freezer REQUEST FOR QUOTE
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotes for a high-capacity freezer to support the Forest and Rangeland Ecosystem Science Center in Boise, Idaho. The procurement aims to acquire a compressor-free laboratory freezer capable of maintaining a temperature of -80°C, specifically designed for storing sensitive environmental DNA samples, with key specifications including a cooling engine-free-piston Stirling engine, adjustable temperature control, and a minimum capacity of 400 standard boxes. This acquisition underscores the government's commitment to facilitating environmental research while adhering to federal regulations and compliance requirements. Interested vendors must submit their electronic quotations by April 18, 2025, and direct any inquiries to Rupert Lujan at rlujan@usgs.gov.
Daikin HVAC VRV Condensing Unit Replacement - JB Andrews MD
Buyer not available
The Department of Defense, through the 316th Contracting Squadron, is seeking quotations from small businesses for the replacement of a defective Daikin HVAC Variable Refrigerant Valve (VRV) Condensing Unit (Model REYQ120PBYD) at Joint Base Andrews, Maryland. The procurement involves removing the existing unit, installing a new one, and ensuring compliance with technical specifications and safety protocols, including adherence to the Service Contract Act wage determination. This project is critical for maintaining efficient HVAC operations within the facility, and a site visit is scheduled for April 15, 2025, with a response deadline for quotes set for April 19, 2025. Interested parties should direct inquiries to Marchie Ca'Merono at marchie.camerono@us.af.mil or Alexis Huggins at alexis.huggins@us.af.mil, and must submit their priced responses in accordance with the provided instructions.
COOLER UNIT,AIR
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of an air cooler unit. This contract requires the manufacture and supply of the cooler unit, adhering to specific design and quality requirements, with an emphasis on compliance with military standards and documentation. The cooler unit is critical for maintaining operational efficiency in various defense applications, underscoring its importance to national defense efforts. Interested vendors should submit their quotes, ensuring they are authorized distributors of the original manufacturer's items, and can reach out to Dillon Hippensteel at 717-605-1360 or via email at DILLON.HIPPENSTEEL@NAVY.MIL for further details. The solicitation has been amended to extend the quote submission deadline and increase the quantity required.
Unfunded - Portable 100-ton Chiller With Pump Package
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Portable 100-ton Chiller with Pump Package as part of a combined synopsis/solicitation. The procurement requires a commercial air-cooled chiller unit that meets specific technical features, including scroll compressors, high-efficiency heat exchangers, and a robust electrical system, all compliant with UL and ASHRAE standards. This equipment is crucial for maintaining operational efficiency in military settings, and the selected contractor will be responsible for providing a complete working unit that passes rigorous testing and certification. Interested small businesses must submit their quotes, including a technical proposal, by April 23, 2025, with all inquiries directed to Brent E. Geschwentner or Darin L. Brun via email. It is important to note that funds are currently unavailable for this acquisition, and no contract will be awarded until appropriated funds are made available.
USNS MEDGAR EVERS Cargo Refrigeration Brine Pump
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking to procure a cargo refrigeration brine pump (AC Motor) for the USNS MEDGAR EVERS, with a focus on air conditioning and refrigeration equipment. The procurement includes essential components such as AC motors, gaskets, and mechanical seals, with a firm-fixed price contract structure and a delivery deadline of February 17, 2025. This equipment is critical for maintaining the operational capability and safety of the vessel, emphasizing the urgency and specificity of the requirement, which is limited to the manufacturer ALLWILERAG due to proprietary rights. Interested vendors must submit detailed quotes electronically by April 14, 2025, to the designated contacts, Grant Sivertson and Cameron Alvey, at the provided email addresses.
Supply of Inverter type wall mounted split AC units for USGR
Buyer not available
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.
ICBM CHILLER,WATER,REFRI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of six units of the ICBM Chiller, specifically the water refrigeration system identified by NSN 4130-01-547-5215. This procurement aims to secure air-conditioning and heating equipment essential for the operational readiness of military facilities, particularly in support of the Minuteman III ICBM Environmental Control System. Interested suppliers must adhere to stringent quality assurance standards, including the submission of a Counterfeit Prevention Plan and compliance with military packaging and marking requirements. Proposals are due by April 28, 2025, and interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further information.