CHILLER REPAIRS, MAINTENANCE AND INSTALLATION
ID: W913E525Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 COLD RGNS RSCH ENG LABHANOVER, NH, 03755-1290, 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 Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the repair and maintenance of two ammonia chiller systems at the Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire. The primary objectives include repairing the 23-ton #1 chiller by replacing a defective heat exchanger and water piping, as well as performing preventative maintenance on the 23-ton #2 chiller according to an established service schedule. This procurement is critical for ensuring the operational reliability of the refrigeration systems, which are essential for CRREL's research activities. Interested contractors must submit their quotes by October 28, 2024, and can direct inquiries to Tomeka McNeely at Tomeka.J.McNeely@usace.army.mil or Kim D Roberson at kim.d.roberson@usace.army.mil.

    Files
    Title
    Posted
    The document outlines the technical specifications and compliance certification for the AlfaNova Plate Heat Exchanger, specifically Model HP 76-140H. Manufactured by Alfa Laval Lund AB, the unit is designed for heat exchange processes involving ammonia and a 40% ethylene glycol solution. Key performance metrics include a heat transfer capacity of 650 kBtu/h and an overall heat transfer coefficient (OHTC) of 798.5 Btu/(ft²·h·°F) under clean conditions. The design encompasses a pressure rating of 522 psig at temperatures up to 302°F. The document details physical dimensions, weight specifications, and operational parameters, affirming compliance with ASME Boiler and Pressure Vessel Code. It outlines connections for fluid inlets and outlets, the required testing pressures, and material specifications, primarily using Alloy 316 stainless steel. Furthermore, it includes certification information confirming that the manufacturing adheres to safety and performance standards. This technical file is crucial for potential bidders or purchasers responding to government RFPs or local grants requiring certified heat exchange solutions, ensuring operational safety and compliance with relevant regulations.
    The document contains technical specifications for a range of industrial sensor and valve products used for monitoring systems related to ammonia and glycols. Key products mentioned include Trerice temperature sensors, Conbraco valves, and various components identified with NEMA ratings indicating environmental protection levels. The operating temperature ranges for these products span from -60°F to +302°F, with features such as 4-20mA signals and lead-free construction noted. The document emphasizes the importance of these components in maintaining safe and efficient chemical processes, particularly in cooling and refrigeration systems. It suggests compliance with safety standards and highlights recommendations for installation and usage in potentially hazardous environments. This technical information is crucial for government RFPs and grants related to safety and environmental regulations, ensuring adherence to standards in public infrastructure projects.
    The document outlines a recommended maintenance protocol for a compressor package to ensure optimal performance and longevity. Key components include maintaining an operating log, conducting daily checks for abnormalities, and implementing a Condition Based Monitoring Program encompassing vibration surveys and oil analysis. Specific guidelines for oil quality and vibration analysis are provided, emphasizing the importance of using the correct refrigerant oil and regularly analyzing its condition. The maintenance schedule details inspections and service intervals, including Class A, B, and C inspections, which encompass various checks and necessary repairs. A structured operating log is recommended to track system parameters, facilitating the identification of any deviations from normal operations. This maintenance framework is critical for end-users in managing refrigeration systems efficiently, demonstrating a commitment to performance and reliability in line with federal and state regulations. The document serves as a valuable resource for organizations responding to government requests for proposals (RFPs), particularly in industries involving refrigeration and equipment maintenance.
    This document outlines a request for proposals (RFP) from the U.S. Army Corps of Engineers for the repair and maintenance of two ammonia chiller systems at the Cold Regions Research and Engineering Lab (CRREL) in Hanover, New Hampshire. The primary objectives include the repair of the 23-ton #1 chiller, which involves replacing a defective heat exchanger and water piping, and performing maintenance on the 23-ton #2 chiller according to its established service schedule. Contractors must provide all necessary resources and prove relevant experience, particularly with GEA chillers. The contract requires compliance with safety and environmental regulations, including EPA licensing for technicians and adherence to DoD safety regulations. The work period spans from the contract award date to March 31, 2025, with specific quality control and reporting requirements outlined. The RFP emphasizes the importance of maintaining operational reliability for the chillers throughout the repair and maintenance process, ensuring all affected areas remain clean and compliant with established safety protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    7357795 Replace Chiller, Station, Building 1
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of a chiller at Building 1 of Marine Corps Air Station Cherry Point, North Carolina, under project number 7357795. This project involves the demolition of the existing chiller and chilled water circulation pumps, installation of new air-cooled machinery, and modifications to the chilled water piping systems, all while maintaining building occupancy. The contract is set aside for Total Small Business participation, with an estimated value between $500,000 and $1,000,000, and proposals are due by November 6, 2024. Interested contractors must acknowledge Amendment 0001, attend a mandatory site visit on October 16, 2024, and adhere to all specified requirements, including compliance with the Davis-Bacon Act and submission of electronic bonds. For further inquiries, contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or call 252-466-5930.
    J041--402-25-002 Replace B207 Chiller
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for a Firm-Fixed-Price contract to replace the B207 modular chiller unit at the Togus Veterans Affairs Medical Center (VAMC) in Augusta, Maine. The project involves the removal of six existing 30-ton chiller units and the installation of a new unit that maintains similar capacity, ensuring integration with the existing Building Management System (BMS) and compliance with VA standards. This initiative is part of the VA's commitment to modernizing its facilities while maintaining operational efficiency and safety during construction. Interested contractors must demonstrate relevant experience, submit detailed documentation by November 7, 2024, and direct inquiries to Contract Specialist Kim Gomez at kimberly.gomez@va.gov.
    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.
    RFQ: Furnish and Deliver a York Water Cooled Centrifugal Chiller
    Active
    Energy, Department Of
    Solicitation from the ENERGY, DEPARTMENT OF for the procurement of a York Water Cooled Centrifugal Chiller. This chiller is typically used for air conditioning purposes. The chiller must be delivered to Upton, NY (zip code: 11973), USA by December 30, 2025. For more information, contact Joseph Famiglietti at jfamiglie@bnl.gov.
    USNS WILLIAM MCLEAN ELECTRIC HEATER COIL
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking quotations for the procurement of electric heater coils for the USNS William McLean. This acquisition, valued at $32,627.36, is critical for maintaining crew living conditions, particularly with the urgency of winter approaching, as the heater is essential for operational readiness. The procurement process is streamlined due to the proprietary nature of the required equipment, with Trident Maritime Systems being the exclusive original equipment manufacturer (OEM) and no authorized distributors available. Interested vendors must submit their quotes by 10:00 AM EDT on October 11, 2024, via email, and are encouraged to contact Christina Guevara or Edward Ruhling for further details.
    Cryo-Compact Circulator - SEE DESCRIPTION (G4-289027)
    Active
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is seeking quotations for the procurement of a Cryo-Compact Circulator, specifically the Model 9400341.2, which operates at CF41 115V/60Hz. This equipment is essential for laboratory operations, and vendors are encouraged to provide firm fixed-price quotations, including options for US-made alternatives. Interested parties must submit their completed solicitation documents, including pricing and shipping details, by 11:30 PM CST on October 27, 2024, to the primary contact, Annette Wegrzyn, at awegrzyn@anl.gov. Compliance with Argonne's Terms and Conditions is required, and the RFQ emphasizes the importance of thorough documentation in the bidding process.
    EIC IR 10 Satellite Refrigeration Plant
    Active
    Energy, Department Of
    The Department of Energy is seeking qualified contractors for the design and fabrication of the IR 10 satellite refrigeration plant, which will support the Electron-Ion Collider (EIC) program at Brookhaven National Laboratory. The procurement requires expertise in fabricated structural metal manufacturing, specifically for refrigeration equipment, as outlined in the technical specifications available for download. This project is crucial for the operational efficiency of the EIC program, which plays a significant role in advancing nuclear physics research. Interested parties can reach out to Tom Huratiak at huratiak@jlab.org or call 757-269-7338 for further details regarding the solicitation.
    Replace leaking HVAC condenser coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace a leaking HVAC condenser coil assembly at its facility in Pine Bluff, Arkansas. This procurement is designated as a Total Small Business set-aside under NAICS Code 238220, with an estimated construction cost ranging from $25,000 to $100,000. The selected contractor will be responsible for ensuring minimal disruption to operations while adhering to federal safety and procurement standards, including compliance with the Buy American Act. Quotes are due by 12:00 PM CST on November 5, 2024, and must be submitted electronically to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil. Interested parties are encouraged to inspect the site and direct any questions to the designated Contracting Officer Representative by the specified deadline.
    VACUUM FURNACE AND POLYCOLD CHILLERS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting a Firm Fixed Price (FFP) contract for maintenance services on Vacuum Furnaces and Polycold Chillers over a five-year period, which includes one base year and four option years. The contractor will be responsible for performing remedial maintenance in accordance with the Performance Work Statement (PWS), ensuring compliance with original equipment manufacturer (OEM) specifications and safety protocols while utilizing only OEM parts unless otherwise authorized. This procurement is crucial for maintaining the operational efficiency of thermal processing equipment valued at over $20 million, emphasizing the government's commitment to modernizing its facilities. Interested contractors must submit their quotes by November 8, 2024, and can direct inquiries to Bridgette Miles at bridgette.miles@us.af.mil or Patrick Campbell at patrick.campbell.13@us.af.mil.
    PREVENTATIVE MAINTENANCE, REPAIR AND ALTERATION OF HEATING, VENTILATION, AND AIR CONDITIONING (HVAC) EQUIPMENT, CENTRAL CHILLED WATER PLANT AND REFRIGERATION SYSTEMS COMPONENTS AT THE NAVAL COMPLEX, RHODE ISLAND AND OTHER AREAS OF RESPONSIBILITY (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for the preventative maintenance, repair, and alteration of heating, ventilation, and air conditioning (HVAC) equipment, as well as central chilled water plant and refrigeration systems components at the Naval Complex in Rhode Island and other areas of responsibility. This procurement aims to ensure the operational efficiency and reliability of critical HVAC systems, which are essential for maintaining comfortable and safe environments in military facilities. Interested contractors should note that the solicitation falls under the NAICS code 238220 and the PSC code J045, with Melinda Robinson as the primary contact for inquiries at melinda.l.robinson@navy.mil or by phone at 757-341-0690. Further details regarding deadlines and submission requirements will be provided in the solicitation documents.