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
    MMW Chiller for Balance of Plant
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide an outdoor air-cooled MMW Chiller system for its Multi-Megawatt electrolyzer project, with a minimum cooling capacity of 30 tons required by March 2026. This chiller will play a crucial role in drying hydrogen produced by a proton exchange membrane (PEM) electrolyzer by cooling glycol to condense water from the hydrogen stream, ensuring the hydrogen is suitable for use in fuel cells and other applications. The procurement includes specific technical requirements such as a flow rate of 90-120 gpm, operation in extreme conditions, and compatibility with a 50/50 propylene glycol and water mixture. Interested parties should contact Kirby Hoffman at Kirby.Hoffman@nrel.gov for further details regarding the Request for Quote (RFQ) No. 2026027456.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    41--REFRIGERATION SYSTE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of refrigeration systems, specifically for National Stock Number (NSN) 4130014279586. The requirement includes the delivery of two units to the USS Harpers Ferry LSD 49, with a delivery deadline of five days after award. These refrigeration systems are critical for maintaining operational efficiency and environmental control in military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    41--EVAPORATOR COIL,REF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 16 units of evaporator coils (NSN 4130016473531) as part of a combined synopsis/solicitation. These evaporator coils are critical components used in air-conditioning and refrigeration systems, which play a vital role in maintaining temperature control in various military and logistical operations. Interested vendors are required to submit their quotes electronically, with the delivery deadline set for 144 days after order placement. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    41--EVAPORATOR COIL,REF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of six evaporator coils under solicitation number NSN 4130015113187. The requirement includes specific approved sources for the coils, which are critical components in air conditioning and refrigeration systems used by military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 138 days after the order date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    C1 CONDENSER
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three C1 Condensers, which are critical components of the HVAC system used on the 154' WPC vessels. The solicitation requires that only specific part numbers from Novenco be provided to ensure compatibility and proper configuration, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E. Interested vendors must submit their quotations by December 5, 2025, at 10:00 AM EST, and are encouraged to contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for any inquiries regarding the solicitation requirements.
    RFQ# 473771-CAB Vacuum Assembly
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the RFQ 473771-CAB Vacuum Assembly, which is essential for the Electron-Ion Collider project at Brookhaven National Laboratory. The procurement requires the manufacturing of a vacuum assembly and a sample copper-plated chamber, adhering to specific design and compliance standards outlined in the provided Scope of Work and associated drawings. This equipment is critical for maintaining the operational integrity of the laboratory's advanced research initiatives. Interested vendors must submit their quotes by December 29, 2025, at 5:00 P.M. EST, and direct any inquiries to Cindy Blanchard at cblanchar@bnl.gov or by phone at (631) 344-5770.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of two air cooler units, identified by National Stock Number (NSN) 4130123936857. The solicitation is for the supply of these units, which are critical for maintaining temperature control in various military applications, and interested vendors must submit their quotes electronically as hard copies will not be accepted. The procurement is classified under the NAICS code 333415, focusing on air-conditioning and refrigeration equipment manufacturing, with a delivery deadline set for 167 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.