Replacement Refrigeration Compressors for NMFS - AFSC in Newport, Oregon
ID: 1333MF25Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Oceanic and Atmospheric Administration (NOAA) is issuing a Request for Proposal (RFP) for the replacement and installation of two semi-hermetic compressors at the Alaska Fisheries Science Center's Fisheries Behavioral Ecology Program in Newport, Oregon. The project aims to restore full chilling capacity to the seawater system, critical for research on the physiology and ecology of Alaskan fish and crab species. Vendors will install Copeland M6DP3R35METSK800 compressors, with the option to also replace discharge mufflers, suction accumulators, and contactor coils as needed. Key requirements include compliance with environmental regulations for disposing of old materials, obtaining necessary safety certifications, and adhering to OSHA standards. The total contract must be completed by April 30, 2025, and includes a one-year warranty on all parts and services. Contractors must be registered in the System for Award Management and possess relevant refrigeration and safety licenses. The RFP emphasizes the importance of maintaining the research program's capabilities while ensuring safety and environmental compliance throughout the installation process.
    The document outlines a Single Source Determination for the procurement and installation of two Copeland Discus refrigeration compressors by the NOAA National Marine Fisheries Service, specifically for the Research Support Facility in Newport, Oregon. This acquisition, valued within the Simplified Acquisition Threshold, is necessary to support the facility's sea water chiller system, critical for maintaining cold temperatures during the FY25 field season. The selected vendor, Copeland/Emerson Climate Technologies, is the original equipment manufacturer (OEM) of the compressors currently in use, making them the only feasible supplier due to the proprietary nature and specific design requirements of the chiller system. Market research confirmed that Copeland LP is the sole vendor capable of fulfilling the technical requirements, as alternative compressors would not meet the system's rigor for reliability and efficiency. The document encapsulates a certification of needs by Michele Ottmar, a Research Biologist, and subsequent approval by a contracting officer, indicating a thorough assessment and confirmation of the sole-source justification.
    The document is the Wage Determination No. 2015-5575 issued by the U.S. Department of Labor under the Service Contract Act, specifically detailing wage rates and fringe benefits for workers on federal contracts. It highlights two key wage mandates based on contract initiation dates: contracts after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour, unless otherwise specified. The document delineates various occupations and their corresponding wage rates in Oregon, particularly in Lincoln County, outlining additional requirements for fringe benefits. Specific job classifications, such as administrative support, automotive service, food service, and health occupations, are detailed with their respective pay scales. Furthermore, it informs employers about compliance obligations regarding paid sick leave and benefits under relevant Executive Orders. This Wage Determination serves a critical role in reshaping labor costs and standards for federal contracts, promoting fair wages and essential worker protections across various job classifications, which is pivotal within government RFPs and grants.
    The document outlines the labor standards applicable to contractors performing work on government contracts, specifically under the Walsh-Healey Public Contracts Act and the Service Contract Act. Key provisions include the requirement to pay at least the federal minimum wage, with higher rates potentially mandated for Service Contract Act contracts based on local wage determinations. Overtime pay is set at one-and-a-half times the regular wage for hours exceeding 40 per week. The document prohibits child labor for those under 16 years on PCA contracts and emphasizes maintaining sanitary and safe working conditions. It mandates that contractors post notices regarding employee rights and wage determinations. Additionally, prime contractors are held accountable for violations by secondary contractors. Detailed provisions ensure protection for service employees, including mandatory employee notices for contracts exceeding $2,500. Overall, this document aims to ensure fair labor practices and safety standards in government contract work, underpinning compliance with federal regulations in response to RFPs and grants.
    This document outlines a Request for Quotation (RFQ) for the National Oceanic and Atmospheric Administration (NOAA) to purchase and install two Copeland Semi-Hermetic refrigeration compressors at the NMFS-RACE Laboratory in Newport, Oregon. The project aims to replace failed compressors essential for chilling seawater systems used in fishe studies. The overall budget estimates the cost at a small business set-aside, allowing businesses with average annual receipts of $19 million or less to apply. The installation is to be completed by April 30, 2025, and detailed specifications are given for compressor compatibility. Contractors are advised to have active registrations in the System for Award Management (SAM) and must adhere to multiple regulatory standards, including OSHA. Quotes are due by March 10, 2025, and will be evaluated based on technical approach, past performance, and price. This aligns with the federal directive for acquisition processes and federal funding use in government projects, emphasizing compliance and commitment to quality service delivery.
    The document outlines the logistics for accessing a chiller unit from the service road, emphasizing the need for careful handling due to the sandy substrate. It identifies the double gates as the main access point, which connects a gravel service road to a paved parking lot area. Recommendations include using a powered wheelbarrow or a small lift for transporting equipment rather than heavy machinery. It was noted that previously a manual cart was employed to replace a compressor, highlighting the site's practical access capabilities. Furthermore, relocating the electrical box adjacent to the chiller is suggested to enhance accessibility for maintenance work. Overall, the file presents a practical guide for accessing and maintaining essential chiller unit equipment, which may be relevant for state or local RFPs concerning facility management or mechanical work.
    The document addresses issues related to a chiller unit and its surrounding infrastructure. Specifically, it reports that the compressors at the end of the chiller require replacement, indicating a need for maintenance or potential upgrades. Additionally, the document provides a visual reference to double gates from an eastward perspective accessed via a service road, implying considerations for serviceability and access related to the maintenance work. The overarching purpose of the file appears to be to document necessary repairs and to outline aspects of facility infrastructure that may be relevant for future service requests, maintenance contracts, or proposals. The information could be instrumental in a federal or state/local Request for Proposal (RFP) aimed at contracting services for equipment repair or modernization efforts. Overall, the document highlights the need for attention to mechanical systems and considerations for operational access.
    The document addresses a request for information regarding the model numbers of compressors needing replacement due to illegible model plates from corrosion. It confirms that the model plate from a previously replaced compressor is readable, showing a model number of 6DP3R35ME-TSK-800, with the corresponding serial number being 11H67096R. Additionally, it provides the serial number for one of the compressors that require replacement, which is 11H67095R. This exchange reflects the necessary detail for determining the specifications for replacement units, pertinent to Requests for Proposals (RFPs) and federal grants where accurate technical information is essential for procurement processes. Ensuring compatibility and performance standards for the equipment is crucial in the context of government-funded projects, highlighting the need for precise documentation in the RFP process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Two Replacement Copeland semi-hermetic refrigeration compressors for NMFS in Newport, Oregon
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses to supply and install two Copeland semi-hermetic refrigeration compressors for the National Marine Fisheries Service (NMFS) in Newport, Oregon. The procurement includes full delivery and installation services, with a completion deadline set for May 30, 2025, and emphasizes the need for compatibility with existing chiller units while adhering to safety and operational standards. This equipment is crucial for maintaining the operational efficiency of the Fisheries Behavioral Ecology Program, and only proposals from registered small businesses under NAICS code 238220 will be considered. Interested vendors must submit their written quotes by February 18, 2025, and can direct inquiries to Jason Jenks at jason.jenks@noaa.gov.
    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.
    The NOAA Ship Henry Bigelow requires a service con
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking a certified contractor to perform a drive end shaft seal ring replacement and realignment for the No4 generator on the NOAA Ship Henry Bigelow. The contractor will be responsible for providing all necessary labor, materials, and services to ensure compliance with manufacturer specifications, with the work scheduled to take place at Naval Station Newport, Rhode Island, from February to May 2025. This maintenance task is critical for maintaining the operational integrity of the vessel, which plays a vital role in NOAA's mission. Interested small businesses must submit their quotes by March 10, 2025, and can contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567 for further details.
    HVAC QUARTERLY PM FOR FLORIDA KEYS MARINE SANCTUAR
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for HVAC quarterly preventative maintenance services for the Florida Keys National Marine Sanctuary in Key West, Florida. The procurement requires contractors to provide labor, equipment, and materials for the maintenance of a closed-loop chilled water system, with a performance period starting April 15, 2025, and extending through a base year and up to four option years. This service is crucial for ensuring the operational efficiency and reliability of HVAC systems within the sanctuary, which plays a vital role in environmental conservation efforts. Interested small businesses must submit their proposals by March 11, 2025, and can contact Michelle Walton at michelle.walton@noaa.gov or 757-605-7411 for further information.
    FY25 NOAA ShiP Henry Bigelow OWS Parts
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for essential replacement parts for the Oily Water Separator (OWS) system aboard the NOAA Ship Henry B. Bigelow. The procurement is a total small business set-aside, with an estimated value of approximately $22,000, and includes critical components such as operating slides, inlet pipes, and solenoid valves, which are necessary to maintain the operational efficiency of the ship's systems. Timely delivery of these parts is crucial to ensure compliance with the ship's operational schedule, as delays could directly impact its ability to sail. Interested vendors must submit their quotes electronically by March 7, 2025, and ensure their registrations in the System for Award Management (SAM) are current; for further inquiries, contact James I. Pritchard at JAMES.PRITCHARD@NOAA.GOV or 757-317-0567.
    PROVIDE MACERATOR TO THE NOAA SHIP RONALD BROWN
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals from qualified small businesses for the procurement of a high-capacity food waste macerator for the NOAA vessel Ronald H. Brown. This equipment is essential for the efficient disposal of food waste at sea, ensuring compliance with MARPOL standards, and must meet specific technical requirements, including a 5.5 kW electrical power supply and an acid-proof stainless steel construction suitable for marine environments. The contract is a firm-fixed-price agreement, with a submission deadline for proposals set for March 17, 2025, and inquiries must be submitted in writing by March 12, 2025. Interested vendors should contact Alexander Cancela at ALEXANDER.CANCELA@NOAA.GOV for further details and to ensure compliance with all submission requirements.
    Removal, Install, and Test #1 and #2 HPACs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals for the removal, installation, and testing of two Ship's Service High Pressure Air Compressors (HPACs) on a Virginia Class Submarine. The project involves the contractor removing and reassembling existing HPACs, installing new units provided as Government Furnished Property, and performing all necessary mechanical and electrical services in accordance with OEM specifications. This work is critical for maintaining the operational integrity of naval assets and ensuring compliance with safety and regulatory standards. Interested vendors must submit their proposals, including detailed pricing and capabilities, via email by March 12, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590.
    HVAC QUARTERLY PM FOR FLOWER GARDEN BANKS NMS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide quarterly preventative maintenance services for HVAC systems at the Flower Garden Banks National Marine Sanctuary in Galveston, TX. The procurement aims to ensure the effective operation of HVAC systems through comprehensive maintenance, which includes both quarterly and monthly tasks, with a focus on technical proficiency and past performance in evaluations. This contract is a total small business set-aside under NAICS code 238220, with a small business size standard of $19 million, and includes a base year from April 1, 2025, to March 31, 2026, along with two optional extension years. Interested contractors must submit their quotes by March 18, 2025, and are encouraged to participate in a site visit to better understand the scope of work; for further inquiries, they can contact Michelle Walton at MICHELLE.WALTON@NOAA.GOV or by phone at 757-605-7411.
    20--Universal Sonar Mount (USM) system replacement for
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking to procure replacement Universal Sonar Mount (USM) systems for its Navigation Response Branch, which are critical for conducting hydrographic surveys and responding to emergencies. The procurement involves six Hightower Sonar Mount systems and related components that must be compatible with existing equipment on NOAA vessels, as the current systems have reached the end of their operational life after ten years of use. This acquisition is essential for maintaining navigational charts and enhancing operational readiness, with a total small business set-aside to encourage participation from small enterprises. Interested vendors must submit their quotes electronically by March 7, 2025, with an anticipated award date around March 21, 2025; for further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel S3008, located in Patuxent, MD. The procurement includes tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, with a performance period of 90 days from the award date. This contract is crucial for maintaining the operational integrity of NOAA's maritime assets, ensuring compliance with safety and quality standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.