INTENT TO AWARD TO A SINGLE SOURCE - Daikin Applied Americas Inc
ID: 24-377Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFUS

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Daikin Applied Americas Inc for the overhaul and maintenance of a McQuay chiller located at the NOAA Main Laboratory in Pascagoula, Mississippi. The contractor will be responsible for providing all necessary parts, labor, and warranty to ensure the chiller operates reliably and efficiently throughout the year, with the overhaul scheduled to occur during the winter months of December 2024 through February 2025. This specialized service is critical as it involves proprietary technology and components unique to the McQuay brand, requiring factory-trained technicians for the complex overhaul process. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice if they believe they can meet the requirements, although no solicitation package is available.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to various government Request for Proposals (RFPs), federal grants, and local/state RFPs, providing a framework for funding and support for various initiatives. It outlines essential eligibility criteria and funding mechanisms, aimed at fostering community engagement and enhancing local services. Key highlights include the emphasis on transparency, accountability, and measurable outcomes for funded projects. Moreover, the document stresses the importance of collaboration among stakeholders, which includes local governments, nonprofits, and other community organizations, to leverage resources effectively. Guidelines for proposal submissions, evaluation processes, and reporting requirements are also addressed to ensure compliance and fulfillment of objectives. The overarching goal is to stimulate economic development and social well-being through strategic investments and partnerships in various sectors such as health, education, and infrastructure. This aligns with government priorities for promoting community resilience and improving quality of life. The structured approach to funding encourages innovative solutions to address pressing needs and challenges at the local level while adhering to federal and state regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.
    Air- Cooled Scroll Chiller 20 Ton
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for the procurement of a 20 Ton Air-Cooled Scroll Chiller. The required equipment must include specific features such as a brazed plate heat exchanger, evaporator heater, and high-efficiency variable condenser fans with Greenspeed Intelligence, along with a two to five-year parts warranty and a one-year labor warranty for startup services. This acquisition is crucial for maintaining operational efficiency and reliability in HVAC systems at the facility, with a firm fixed price contract intended exclusively for small businesses. Interested offerors must submit their quotations electronically by September 24, 2024, and ensure they are registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processing. For further inquiries, potential bidders can contact Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    NOAA: R.M. Young Wind Monitor Supplies
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide various R.M. Young Wind Monitor supplies essential for environmental monitoring stations operated by its Center for Operational Oceanographic Products and Services (CO-OPS). The procurement aims to replenish and replace existing supplies, emphasizing the need for specific brand-name components to ensure compatibility with current systems, thereby avoiding significant costs and delays associated with alternative products. Interested offerors must submit their electronic quotes, confirming active registration in the System for Award Management (SAM), and adhere to the outlined submission requirements by the specified deadline. For further inquiries, potential bidders can contact Nikki Radford at nikki.radford@noaa.gov or Steven Prado at steven.m.prado@noaa.gov.
    Brand Name Requirement - Trane CGAM-70 Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for the procurement of a Trane CGAM-70 air-cooled scroll packaged chiller under solicitation number FA282324Q0072. This requirement is a brand-name procurement aimed at acquiring a specific model of chiller to standardize HVAC systems, thereby enhancing operational efficiency and reducing training costs for maintenance personnel. The total award amount for this contract is approximately $19 million, with a delivery schedule set from September 23, 2024, to January 24, 2025. Interested vendors must submit their quotes by September 23, 2024, and can direct inquiries to Sierra Prindle at sierra.prindle.1@us.af.mil for further clarification.
    Purchase One Each (1) Koolant Koolers Chiller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of one Koolant Koolers Chiller. This chiller is used for refrigeration and air conditioning components. The procurement is set aside for small businesses and the place of performance is Tinker AFB, Oklahoma, USA. The primary contact for this procurement is Claude J. Boggs, Jr., who can be reached at claude.boggs@us.af.mil or 405-739-3317. The chiller being procured is a 10 ton Koolant Kooler Chiller with the part number WVI100001SS11D0000 and model number WVI-10000-M.
    Commercialization and interagency coordination support services
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking support services for commercialization and interagency coordination under Requisition 145049-24-0023. The primary objective of this procurement is to provide comprehensive assessments and support related to NOAA's intellectual property portfolio, which encompasses approximately 60 active technologies, including technology viability assessments and commercialization roadmaps. This initiative is crucial for enhancing the application of NOAA technologies in collaboration with Department of Defense programs, guided by the DoD T2 national MILTECH Partnership Intermediary Agreement. The contract is set to close on September 19, 2024, with the intended award going to Montana State University's Office of Sponsored Programs, and interested parties may express their capabilities, although competition is not anticipated. For further inquiries, contact Darrin Moore at darrin.moore@noaa.gov.
    INTENT TO AWARD TO A SINGLE SOURCE - Kelley Create
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to Kelley Connect (DBA Kelley Create) for the replacement and maintenance of copier machines at its offices in Juneau and Anchorage, Alaska. The procurement involves replacing seven outdated Xerox copiers and establishing a service maintenance agreement for all Xerox machines, ensuring operational efficiency and familiarity across the agency's offices. This contract is critical as it addresses the agency's need for reliable local support, with projected costs of $50,000-$60,000 for the first year and $10,000 for each subsequent option year. Interested parties may submit documentation to Heather Mahle at heather.mahle@noaa.gov within 15 days of this notice, although no competitive proposals will be solicited.
    Evaluation to repair and recondition services for 31 EACH RF DIGITAL ATTENUATOR, UNISYS PN: 1213640 (CAGE: 56232), KDI/TRIANGLE ELECTRONICS PN: DA-B48 (CAGE: 64537), ASN: R400-2A9AT4.
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking evaluation, repair, and reconditioning services for 31 RF Digital Attenuators, specifically Unisys PN: 1213640 and KDI/Triangle Electronics PN: DA-B48. The objective is to restore the equipment to like-new operating condition and ensure compliance with the original manufacturer's specifications and tolerances, with the possibility of returning any equipment that does not meet these standards to the vendor for rework at no additional cost to the government. This procurement is critical for maintaining the operational integrity of NOAA's equipment used in weather services. Interested firms must respond within five calendar days with their capabilities and relevant experience, and all submissions should be directed to Adrian Hall at NOAA via email or mail. The NAICS code for this requirement is 811210, and all contractors must be registered in the System for Award Management (SAM) to be eligible for the contract.
    Air-Cooled Chiller Repair and Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Grounds, is seeking small businesses capable of providing repair and maintenance services for two TRANE air-cooled chillers located at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure optimal functionality and operational availability of the chillers through regular inspections, maintenance, and necessary repairs, all in compliance with manufacturer standards. This opportunity is critical for maintaining the efficiency of cooling systems essential for various operations at the depot. Interested parties should respond to the sources sought notice by providing company information and demonstrating their capabilities, with inquiries directed to Justin Marino at justin.m.marino2.civ@army.mil or by phone at 570-615-7106.