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
LRS Chiller B6237
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one Brand Name Trane 100-ton 460 volt air conditioning chilled water unit, as outlined in solicitation number FA460825QC050. This procurement is a total small business set-aside under NAICS code 238220, aimed at acquiring essential air conditioning equipment for operational efficiency at Fort Johnson, Louisiana. The selected contractor will be responsible for providing a unit that meets specified technical requirements, with a focus on compliance with federal standards and safety regulations. Quotes are due by Friday, April 25, 2025, at 3:00 PM CDT, and interested vendors should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
8th AF Chiller B5345
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three Trane air conditioning chilled water units as outlined in solicitation number FA460825QC052. The requirement includes one 160-ton 200-volt unit and two 160-ton 460-volt units, each with a one-year warranty, to support operational needs at Fort Johnson, Louisiana. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal acquisition regulations and the need for qualified vendors to provide essential air conditioning equipment. Interested parties must submit their quotes by April 28, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Youth Center Chiller B3722
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of one (1) Brand Name Trane 70-ton 200 volt air conditioning chilled water unit, as part of a combined synopsis/solicitation process. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to fulfill the cooling requirements at Fort Johnson, Louisiana, ensuring compliance with operational efficiency standards. Interested vendors must submit their quotes by May 2, 2025, at 3:00 PM CDT, and should be aware that funding is not currently available, with the government reserving the right to cancel the solicitation if necessary. For further inquiries, potential bidders can contact SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
Rotary Air Compressor
Buyer not available
The Department of Energy, specifically the Brookhaven National Laboratory, is seeking proposals for the procurement of a QGS-15 Rotary Air Compressor, which is essential for their operational needs. The specifications include a 15 horsepower compressor operating at 125 PSI, with a TEFC high-efficiency drive motor, a 120-gallon receiver tank, and an integrated dryer, along with additional requirements for compressed air filters. This equipment is crucial for maintaining efficient air supply systems, and the selected vendor will also be responsible for providing freight and training as part of the contract. Interested parties should contact Wendy Shannon at wshannon@bnl.gov or call 631-344-5145 for further details regarding the solicitation process.
USNS LEWIS AND CLARK AHU COIL REPAIRS
Buyer not available
The Department of Defense, through the Military Sealift Command, is seeking quotes for the procurement of air-conditioning and refrigeration equipment, specifically cooling coils for air handling units, to be delivered to Norfolk, Virginia. This procurement is critical for maintaining crew habitability and operational readiness aboard naval vessels, with an urgent requirement for delivery by June 13, 2025, to prevent work stoppage. The total anticipated value of the contract is $39,611, and interested vendors must submit their quotes by 10:00 AM EST on April 29, 2025, ensuring compliance with all specified Federal Acquisition Regulation (FAR) clauses. For further inquiries, vendors may contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
41--CONDENSING UNIT,REF
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 15 units of a condensing unit, refrigeration (NSN 4130016421395). This solicitation is part of a combined synopsis/solicitation and aims to fulfill specific requirements for refrigeration equipment essential for military operations. The selected supplier will be responsible for delivering the units to DLA Distribution within 178 days after order, with quotes required to be submitted electronically as hard copies will not be available. Interested vendors can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
Fire Station 1 Chiller B6426
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Brand Name Trane 52-ton 200 volt air conditioning chilled water unit for Fire Station 1 located in Fort Johnson, Louisiana. This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and requires compliance with the specifications outlined in the attached technical documents, including a one-year warranty for the unit. The procurement is critical for maintaining operational efficiency in air conditioning systems, which are essential for climate control in military facilities. Interested vendors must submit their quotes by May 2, 2025, at 11:00 AM CDT, and can direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
41--CONDENSING UNIT,REF
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 18 units of the Condensing Unit, Refrigeration (NSN 4130016421385). This solicitation is part of a combined synopsis/solicitation and aims to fulfill specific refrigeration equipment needs for military operations. The selected vendor will be responsible for delivering the units to DLA Distribution within 123 days after order, with the approved source being RUT309-2-PM. Interested parties must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to DibbsBSM@dla.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.
41--COMPRESSOR UNIT,REF
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 16 units of the Compressor Unit, Refrigeration (NSN 4130015149975). This solicitation is part of a combined synopsis/solicitation and aims to fulfill the need for air-conditioning and refrigeration equipment, which is critical for various military operations and logistics. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 167 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil or access additional details through the DIBBS website.