Recirculating chiller
ID: 80NSSC25895175QType: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

REFRIGERATION AND AIR CONDITIONING COMPONENTS (4130)

Set Aside

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

    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking proposals for the procurement of a recirculating chiller to support operations in the Cryogenics Test Laboratory at Kennedy Space Center. The required unit must meet specific technical specifications, including an OEM part number RC045J03BG2M007, a cooling capacity of 20,100 BTU/hour, and a positive displacement pump with a flow rate of 4.3 gallons per minute. This procurement is critical for maintaining laboratory functionality and ensuring equipment readiness, with a performance period designated for fiscal year 2025. Interested small businesses must submit their quotes by February 17, 2025, to Shanna Patterson at shanna.l.patterson@nasa.gov, adhering to the outlined requirements and regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFP outlines the requirements for acquiring a recirculating chiller to replace an obsolete unit in the Cryogenics Test Laboratory at Kennedy Space Center (KSC). The primary objective is to ensure the laboratory's operational capability and readiness for cryo cooler testing. The specifications for the chiller include a BTU capacity of 20,100, an amperage of 19.6 at 208/230 volts AC, and a positive displacement pump capable of 4.3 gallons per minute. Furthermore, the chiller must have a reservoir capacity of 6 and be compatible with water or a water/ethylene glycol mixture. The project is designated for completion in the fiscal year 2025. This procurement reflects the government's commitment to maintaining necessary laboratory functions and supporting scientific research and testing initiatives within the field of cryogenics.
    The document outlines the requirements for acquiring a recirculating chiller for the Cryogenics Test Laboratory, aimed at supporting cryo cooler testing by replacing an outdated unit. The procurement is necessary to ensure ongoing laboratory capability and readiness of testing equipment. The specified chiller, identified by OEM Part # RC045J03BG3M126, must have a cooling capacity of 20,100 BTU/hour, operate at an amperage of 19.6A on 208/230 Volts AC, feature a positive displacement brass pump with a capacity of 4.3 gallons per minute, and possess a 6-gallon reservoir. It can utilize water or a mixture of ethylene glycol and water as cooling fluids and is designated for performance in the Kennedy Space Center (KSC) Cryogenics Test Laboratory, with the acquisition slated for Fiscal Year 2025. This initiative is part of a federal Request for Proposal (RFP) process aimed at maintaining essential laboratory operations.
    The government file outlines a Request for Proposal (RFP) for a recirculating chiller to support testing in the Cryogenics Test Laboratory at Kennedy Space Center (KSC). The chiller is necessary to replace an outdated unit, ensuring continued lab functionality and equipment readiness. Specific requirements include one unit with an OEM part number RC045J03BG2M007, capable of delivering 20,100 BTU/hour and operating at 19.6 amps at 208/230 volts AC. The pump must be a positive displacement pump with brass construction, providing a flow rate of 4.3 gallons per minute from a 6-gallon reservoir. Suitable cooling fluids include water or a mixture of ethylene glycol and water. The period for performance is designated for fiscal year 2025. This RFP reflects the federal government's commitment to maintaining essential laboratory capabilities through updated equipment.
    The document outlines a recommendation from the NASA Shared Services Center to negotiate solely with Lytron for the procurement of recirculating chillers. The justification hinges on the brand's established compatibility with existing lab equipment, reliance on technicians' familiarity with the brand, and positive experiences with its service and support. The total estimated cost remains unspecified, with a projected delivery date of June 30, 2025. The recommendation emphasizes that opting for a different brand would incur additional costs and delays due to the need for technician retraining and modifications to operational procedures. This acquisition process is framed within the parameters of federal acquisition regulations, declaring the choice as a brand name justification under the FAR guidelines. The contracting officer must validate the recommendation, asserting that only one source is effectively available under the given circumstances. This procurement strategy aligns with broader government objectives of efficiency and maintaining operational continuity in NASA's lab environments.
    The document is a Request for Quotation (RFQ) from NASA's Shared Services Center for a recirculating chiller, specifically a brand-name requirement for Lytron products. It outlines the proposal submission requirements, including necessary information such as the CAGE/UEI code, delivery lead time, and contact details. The deadline for quotes is set for February 17, 2025, and all proposals must be emailed to the designated contact person by 7 a.m. CT. The RFQ is reserved for small businesses, and requirements for SAM registration and certifications related to telecommunications and video surveillance services are specified. The solicitation includes detailed sections on the Statement of Work, instructions to offerors, representations and certifications, along with various clauses governing contract terms. The purpose of this RFQ is to facilitate the procurement of a specific commercial product while ensuring compliance with federal acquisition regulations, including provisions regarding small business eligibility and ethical standards. This RFQ underscores NASA's commitment to regulatory compliance and the fostering of small business engagement in government contracting.
    Lifecycle
    Title
    Type
    Recirculating chiller
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    1K Helium-4 sorption cooler
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified vendors to provide a 1K helium-4 sorption cooler for its Physical Measurement Laboratory's Faint Photonics Group. The cooler must achieve a cooling capacity of at least 250µW at 1K for a duration of 24 hours, feature a closed-cycle system that operates without additional cryogens, and have a diameter of under 100mm, with a total of three units required. This procurement is critical for advancing research in superconducting-nanowire single photon detectors, and delivery is expected within eight weeks of order placement, with a government acceptance period of 21 business days following installation. Interested vendors should submit their quotations, including technical documentation and pricing, to the primary contact, de Ionne Jones, at deionne.jones@nist.gov.
    Vacuum Pump
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the procurement of a vacuum pump, specifically an Anest Iwata ISP-1000 oil-free dry scroll vacuum pump or an equivalent model. The primary objective is to acquire a pump with a minimum pumping capacity of 40 CFM, compatible with an electrical supply of 200-230/440-480 VAC at 50/60Hz, and featuring a KF-40 inlet, to support NASA's operational needs at their facility in Albuquerque, New Mexico. This procurement is part of NASA's broader initiative to enhance its capabilities through specialized equipment, and it is set aside for small businesses, emphasizing compliance with federal regulations. Quotes are due by March 17, 2025, and interested vendors must register at www.sam.gov and submit their proposals via email to Kacey Hickman at kacey.l.hickman@nasa.gov.
    CRYOGENIC TRANSPORTATION TRAILER
    Buyer not available
    NASA's Armstrong Flight Research Center (AFRC) is seeking proposals for the procurement of a Cryogenic Transportation Trailer designed for the delivery of liquid nitrogen (LN2) and gaseous nitrogen (GN2) for thermal testing purposes. The trailer must have a usable capacity between 4,500 and 6,000 gallons, with the capability to store, transport, and dispense LN2 and GN2, while adhering to specific operational parameters and safety regulations. This procurement is critical for enhancing AFRC's capabilities in experimental flight research, ensuring compliance with ISO 9001 quality standards and relevant ASME codes. Interested vendors must submit their proposals by 12:00 PM Pacific on Thursday, March 13, 2025, to Melissa Newell at melissa.newell@nasa.gov, and are encouraged to address any questions by March 7, 2025.
    Viscometer
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a Cold Properties Smart Viscometer, specifically the SVM 3001 model, along with maintenance and calibration services. This procurement is critical for conducting precise viscosity measurements in cold conditions, supporting advanced research efforts at NASA's Kennedy Space Center. The contract includes two years of preventive maintenance and special calibrations for low-temperature viscosity testing, with a performance period starting on July 1, 2025. Interested offerors must submit their quotes by March 19, 2025, via email to Kacey Hickman at kacey.l.hickman@nasa.gov, and must be registered with SAM.gov to participate in this total small business set-aside opportunity.
    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.
    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.
    Infinite Helium Plus unit with separated cryostat
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking a qualified vendor to supply an Infinite Helium Plus unit with a separated cryostat, specifically the XC-JDC-INFHE-S-20-57533 model or an equivalent. This procurement aims to acquire a cryogen-free closed cycle refrigerated system that is fully compatible with the existing Janis ST-400 cryostat, ensuring critical specifications such as a cooling power of 2 W at 4.2 K and a base temperature below 2.6 K are met. The successful vendor will provide a fully automated system with a user-friendly interface, and the selection will be based on the Lowest Price and Technically Acceptable method. Interested parties must submit their price quotations and technical compliance statements to Bernadette Espiritu by COB March 25, 2025, and ensure they are registered with the System for Award Management (SAM) to be eligible for the subcontract award.
    J--FKNMS HVAC UPGRADES: CHILLER #2 AND VFD REPLACEMEN
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide HVAC upgrades, including the replacement of Chiller 2 and Variable Frequency Drives (VFDs) at the Nancy Foster Florida Keys Environmental Complex in Key West, Florida. The project aims to address significant failures in the existing HVAC system that pose health and safety risks due to inadequate air conditioning, necessitating the installation of a corrosion-resistant chiller and updated VFDs. This procurement is critical for maintaining operational safety and efficiency at the facility, which serves as an important environmental and visitor center. Interested contractors must submit their quotes electronically by March 14, 2025, and are encouraged to attend a site visit by February 28, 2025; for further inquiries, they can contact Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    44--COOLER,FLUID,INDUST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of 25 units of industrial fluid coolers, identified by National Stock Number (NSN) 4420003761545. This solicitation is part of a combined synopsis/solicitation process, and the coolers are essential components typically used in various military applications to manage fluid temperatures effectively. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the delivery is expected within 237 days after order placement.
    44--COOLER,FLUID,INDUST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of industrial fluid coolers, specifically NSN 4420015077008, with a requirement for two units to be delivered to DLA Distribution Puget Sound within 163 days after order. This procurement is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The selected suppliers will be responsible for providing the specified items, which are critical for maintaining operational efficiency in various military applications. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.