AIR COOLED RECIRCULATING CHILLER
ID: RFP3654654_BLNType: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFFERMILAB - DOE CONTRACTORBatavia, IL, 60510, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

REFRIGERATION EQUIPMENT (4110)
Timeline
    Description

    The Department of Energy, specifically the Fermilab - DOE Contractor, is seeking proposals for the procurement of an air-cooled recirculating chiller, as outlined in a Combined Synopsis/Solicitation notice. This equipment is crucial for maintaining optimal temperature control in various applications within the laboratory setting, ensuring efficient operations and compliance with safety standards. Interested vendors must adhere to specific requirements, including compliance with federal regulations, and are required to submit necessary certifications regarding ownership, export controls, and adherence to the Buy American provisions. For further inquiries, potential offerors can contact Brian Nielsen at bnielsen@fnal.gov or by phone at 630-840-3554.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi Forward Discovery Group (FFDG) General Terms and Conditions delineate the legal framework governing commercial products and services provided under a subcontract related to the management of the Fermi National Accelerator Laboratory by the United States Department of Energy (DOE). The document outlines critical areas such as definitions, independent contractor status, payment procedures, inspection rights, warranty obligations, and modification protocols for the subcontract's scope. It mandates that subcontractors maintain appropriate licenses, comply with laws and safety regulations, and meet specific performance standards. Additionally, it establishes procedures for handling changes, inspections, and liability associated with performance, including indemnification against potential losses. The terms also address environmental and safety obligations, emphasizing compliance with DOE standards. Central to the document is the insistence on safeguarding against counterfeit parts and ensuring all deliverables meet legal and environmental guidelines, reinforcing the commitment to quality and safety in subcontracted work. Overall, these terms serve to protect both FFDG and the DOE while stipulating clear expectations for subcontractor performance.
    The document outlines the Proposal Certifications required for offers involving federal contracts, emphasizing compliance with regulations regarding export controls, Buy American provisions, and technical data rights. Offerors must provide contact information for export compliance, declare if items are military or dual-use goods, and certify adherence to Buy American requirements for construction materials. Specific certifications are mandated based on proposal values, including independent price determination, responsibility matters, and anti-kickback procedures, particularly for propositions exceeding $150,000 and $500,000. Additionally, terms regarding patent rights and employment reporting are stipulated, ensuring adherence to federal guidelines. The certifications serve to uphold government compliance standards, as each offer’s accuracy and integrity are critically evaluated in the context of federal procurements. Overall, the document establishes clear guidelines to ensure that proposals align with federal regulations aimed at promoting domestic products and ethical practices in government contracting.
    The Form SARC (Subcontractor Annual Representations & Certifications) is a document for subcontractors working with the Fermi Forward Discovery Group, LLC, requiring detailed disclosures about business ownership, structure, certifications, and compliance with government regulations. Key areas covered in the form include ownership classification (U.S. or foreign), business type (corporation, LLC, partnership), executive compensation reporting requirements, and confirmations of compliance with Federal Acquisition Regulations (FAR) related to employment eligibility, export control, and affirmative action. The form mandates prompt reporting of any changes in information within 15 days and emphasizes that non-compliance can affect contract eligibility. By signing the form, the subcontractor certifies the accuracy of their representations and agrees to protect confidential information. This certification process is essential for ensuring that businesses comply with federal standards when engaging in government contracts and subcontracts, thus maintaining integrity and accountability within federal procurement operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RFQ: Furnish and Deliver a York Water Cooled Centrifugal Chiller
    Buyer not available
    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.
    Fermilab -Replacement of EOL water-cooled HVAC system
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified contractors for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 facility in Batavia, Illinois. The project involves the removal of the existing unit and installation of a new 20-ton system, requiring comprehensive compliance with federal safety and quality standards, including the submission of detailed proposals and adherence to the Davis-Bacon Act. This procurement is critical for maintaining operational efficiency and safety at Fermilab, ensuring that the facility meets its environmental and operational requirements. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    ICBM CHILLER,WATER,REFRI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of water chillers specifically designed for the Intercontinental Ballistic Missile (ICBM) program. The procurement focuses on air-conditioning and warm air heating equipment manufacturing, with an emphasis on compliance with stringent quality assurance standards and military packaging requirements. These chillers are critical components for maintaining environmental control systems vital to national defense operations. Interested suppliers must submit their proposals by March 28, 2025, and are encouraged to contact Kody Quayle at kody.quayle@us.af.mil for further information regarding the solicitation process.
    Brand Name: Trane Water Cooled Chiller and Brand Name: Marley IDDF Cooling Tower
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of a Trane Water Cooled Chiller and a Marley IDDF Cooling Tower. This opportunity falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and warm air heating equipment, and is crucial for maintaining efficient climate control systems within military facilities. Interested vendors are encouraged to reach out to the primary contact, Alaina Carr, via email at alaina.carr.1@us.af.mil or by phone at 850-461-3905, or to the secondary contact, Francisco Arredondo, at francisco.Arredondo.4@us.af.mil or 850-714-4480, for further details regarding this sources sought notice.
    FD2020-23-00059
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY is seeking a water chiller (part number 4130015475215AH) in the quantity of 132. The water chiller is typically used for cooling purposes and is an essential component in various industrial and commercial applications. The procurement is being conducted by DLA AVIATION at Ogden, UT.
    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.
    FCC Beaumont - 100 Ton Air Cooled Commercial Grade Chillers
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified vendors to provide two 100-ton air-cooled commercial-grade chillers for the Federal Correctional Institution in Beaumont, Texas. The procurement aims to replace existing chillers by December 31, 2024, with specific requirements including a cooling capacity of 1,200,000 BTU/hr, operational specifications for electrical supply and water flow rates, and a five-year warranty on parts and labor. This initiative underscores the Bureau's commitment to upgrading facility infrastructure to ensure efficiency and compliance with safety standards. Interested small businesses must submit their offers by March 26, 2025, and can contact Dillon Tydlacka at dtydlacka@bop.gov for further information.
    41--COOLER,AIR,EVAPORAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking suppliers for the procurement of evaporative air coolers. This solicitation aims to acquire air-conditioning and warm air heating equipment, specifically focusing on the manufacturing of commercial and industrial refrigeration equipment. These products are crucial for maintaining optimal temperature control in various military and logistical operations. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Recirculating Coolers and ThermoJet DPG
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of recirculating coolers and ThermoJet systems for use at the Dugway Proving Ground in Utah. This solicitation aims to acquire six units each of the ThermoJet ES Environment Simulator and ULT Recirculating Cooler, along with associated flexible hoses, to maintain environmental conditions in critical test chambers utilized by the West Desert Test Center's Chemical Test Division. These systems are vital for ensuring consistent heating and cooling capabilities across various testing setups, thereby enhancing the Army's operational and safety standards. Interested vendors should contact Mark Pratt at mark.s.pratt4.civ@army.mil or call 435-831-2094 for further details regarding the proposal submission process and compliance requirements.
    41--CONDENSER,REFRIGERA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking suppliers for the procurement of condensers for refrigeration applications. This solicitation, categorized under the NAICS code 332112 for Nonferrous Forging, aims to fulfill the military's requirements for air conditioning and circulating equipment, which are critical for maintaining operational readiness in various defense environments. Interested vendors are encouraged to reach out via email to the primary contact at DibbsBSM@dla.mil for any inquiries regarding the solicitation, which can be accessed through the DLA's online platform. Specific deadlines and funding amounts have not been disclosed in the overview.