Federal Bid

Last Updated on 22 Apr 2020 at 3 AM
Sources Sought
Hill air force base Utah

PAO Chillers

Solicitation ID FA822420SSS7515
Posted Date 04 Mar 2020 at 4 PM
Archive Date 21 Apr 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8224 Ol H Pzi Pzim
Agency Department Of Defense
Location Hill air force base Utah United states 84056

REQUIREMENT TITLE:  Polyalphaolefin (PAO) Chiller System

NSN/Part Number: N/A

Solicitation Number:  FA8224-20-SSS-7515

Notice Type:  Sources Sought Synopsis

1.  NOTICE:  This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.

1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification Systems (NAICS) Code is _333249__ which has a corresponding Size standard of    500   .  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.  The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.  Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.  Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

2.  Program Details:

The contractor shall provide a new PAO Chiller system to be designed that meets the following technical capabilities/requirements as well as the requirements in the attached Statement of Objectives (SOO).  The System must be no larger than 121 sq. ft. and must be able to fit through double doors measuring 84 in. tall and 70 in. wide.  All plumbing, flow, dynamics, and infrastructure must be included in the design.  The provider of the chiller shystem will also be required to complete chiller installation to include: facility modifications, assembly, painting, testing, electrical power design, installation of instruments, and electrical conduit and wiring, etc.

The chillers/system must have the following capabilities/standards:

  •    The system must utilize existing facility Glycol chilled water as the cooling medium
  •    The system must demonstrate fifth generation-redundant chiller design to allow for maintenance without downtime, and auto-cycling to balance
  •    The system must be centrally located and seperated from the lab space to allow for unescorted preventative maintenance to take place and eliminate pump noise in the lab
  •    Must maintain PAO at a maximum of 50 F across four rooms (spigots).  Each Spigot must have a minimum filtered supply flow of 20 GPM at 105 PSI with insulated supply hard lines
  •    All connections must be SVHN16-16M (F) or suitable substitution
  •    The system must be able to be remotely controlled from each room.  The controllers utilized must be Underwriters Laboratories (UL) certified.

The Contractor shall provide training that includes, at a minimum the following:

  •     The initial use of system and operations
  •     Maintaining and servicing the system in accordance with (IAW) the provided maintenance manual CDRL (xx), to include calibration, preventative maintenance, adjustments, and troubleshooting.  The information in this notice is based on the best and most current information available to date.  This information is subject to change and is not binding to the Government.  Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. 

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement.  The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar support offered to the Government and to commercial customers.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.  The Government will use this information in determining its small business set-aside decision.

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation exists; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.

Any information submitted by respondents to this sources sought synopsis is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.).

Services Capabilities package:  All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.

Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

Please provide the GSA contract number applicable to this requirement.

Responses may be submitted electronically to the following e-mail address:

[email protected]

[email protected]

RESPONSES ARE DUE NO LATER THAN: 1:00 pm MT, April 6, 2020.

Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Jul 2018 at 6 PM
Lakehurst New jersey 12 Apr 2018 at 12 PM
Eglin air force base Florida 10 Jun 2021 at 6 PM
Eglin air force base Florida 25 Jun 2021 at 3 PM
Phoenix Arizona 24 Sep 2020 at 4 PM

Similar Opportunities