Federal Bid

Last Updated on 21 Apr 2022 at 6 PM
Combined Synopsis/Solicitation
New york New york

Chiller Replacement DFAS Rome

Solicitation ID HQ042323R0016
Posted Date 21 Apr 2022 at 6 PM
Archive Date 12 May 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Defense Finance And Accounting Svc
Agency Department Of Defense
Location New york New york United states 13441

HQ0423-22-R-0016
REQUEST FOR QUOTE (RFQ)
Chiller Replacement DFAS Rome

Title of requirement:  Chiller Replacement for Defense Finance and Accounting Service Rome (DFAS-RO)

The purpose of this requirement is to provide the Defense Finance and Accounting Service Rome (DFAS-RO) with a new air-cooled, high efficiency chiller unit for the production of chilled water to meet the cooling needs of the facility. The work to be performed under this contract shall consist of removing existing INTELLIPAK air cooled chiller and provide new 52 tons air cooled chiller, high efficiency with applicable low ambient operation, system control integration to the existing Building Automation System (BAS). New exterior chilled water piping (supply & return) as well as new line gauges, vibration eliminator, vent, thermometer, water strainer, gate valve, valve pressure gage, new insulation with aluminum shielding and proper piping supports.

Set Aside:  This will be a total small business set-aside.  NAICS code for this announcement is 238220 with small business size standard of $16.5 million.  Quotes only from small business concerns and Federal Prison Industries (FPI) will be accepted.  Quotes received from concerns that are not small business or FPI shall be considered nonresponsive and will be rejected. 

Reference No.: KOARO22RE023

SOLICITATION CLOSING DATE:  All quotes must be received by the closing date/time on April 27, 2022 at 1:00 PM eastern.  Preferred delivery method for submission of your quote is via email: [email protected].  Quotes shall include at a minimum, in addition to the items listed in the section “BASIS for AWARD” below, the following:

  • Unit pricing per line item as shown on the separately attached schedule of items table;
  • Vendor Contact Name, Phone Number and Email Address
  • Company Cage Code and DUNS Number/Unique Entity ID Number
  • Tax Identification Number
  • Business Size:  Small/Large/Other: _______________
  • Place of Manufacture

Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information.

Attached Documents: Performance Work Statement (PWS), Schedule of Items, and Full Text (Clauses and Provisions).

Issued by:

Point of Contact: Anthony Svab

DFAS Contract Services Directorate

3990 E Broad Street

Bldg. 21

Columbus, OH  43213-1152

Phone:  614-701-4283

Fax:  614-701-2918;

Email address:  [email protected]

Contract Type:  Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award. 

REQUIRED: Page 1-3 of the document “Full Text” must be completed by the vendor and sent in with that vendor’s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor’s quote NOT being considered for award.

Description of Requirement:  The purpose of this requirement is to provide the Defense Finance and Accounting Service Rome (DFAS-RO) with a new air-cooled, high efficiency chiller unit for the production of chilled water to meet the cooling needs of the facility. The work to be performed under this contract and in accordance with this Performance Work Statement (PWS) shall consist of furnishing all necessary plant, labor, tools, transportation, supplies, supervision, equipment, materials, and incidentals necessary for providing all work shown in this PWS, and all applicable codes, regulations, standards, and criteria in effect at the date of solicitation. This work shall consist of, but not be limited to the following:

Building 1: Remove existing INTELLIPAK air cooled chiller and provide new 52 tons air cooled chiller, high efficiency with applicable low ambient operation, system control integration to the existing Building Automation System (BAS). New exterior chilled water piping (supply & return) as well as new line gauges, vibration eliminator, vent, thermometer, water strainer, gate valve, valve pressure gage, new insulation with aluminum shielding and proper piping supports. Existing chiller pad’s dimensions are 8 feet 5 inches wide x 10 feet 6 inches long.

Specifications and Standard Features of 52 Tons Chiller System:

a.)        Unit Overview: Unit Normal Tonnage 52 tons, Unit Type High efficiency, Cooling efficiency 9.807 EER (Btu/W-h) 

b.)        Unit Frequency/Voltage:  60.hertz/460. Volt 3 phase

c.)        Refrigerant Type: R410A.

d.)        Compressor/Circuits: 4 compressor/ 2 circuits

e.)        Fluid Temperatures: Evaporator leaving 44.00 F., Evaporator Entering 53.99 F.

f.)         Flow Rate: Design Flow 118.5 gpm., Min Flow 58.80 gpm

g.)        Freeze Protection: With freeze protection

h.)        Work and Mechanics: The work for this project shall be executed in the best and most workmanlike manner, by qualified, trained and certified efficient mechanics/tradesmen, skilled in their respective trades. Only certified journeymen in each respective trade, or apprentices under the direct supervision of certified journeymen, shall be permitted to install and/or supervise installation for this project. Individual trade work for this project shall be performed and quality maintained by the applicable trade only. The Contractor shall assure that all trades coordinate their work with that of other trades. The Contractor shall coordinate and perform all operations in a manner that will result in a professional and expeditiously completed project. The work shall be in strict accordance with prevailing industry standards and manufacturer’s instructions. Work and materials shall comply with this PWS and the editions in effect at the time of this solicitation for all applicable criteria, regulations, guidelines, and codes, all of which are made a part thereof.

i.)         WARRANTY: The Contractor shall identify all items being installed that are guaranteed or under an extended warranty for more than a one-year period, and provide validated copies of the manufacturer’s warranty. All warranty information shall be filed by the Contractor in the Government’s name. All warranties shall be identified by product with a listing of the name and address of the company and the expiration date of the guarantee or warranty. Warranty documentation shall be submitted to the Contracting Officer for Government Approval (GA).

Services:

a.)        Contractor shall remove existing INTELLIPAK air cooled unit, located on the exterior east side of Building 1. Contractor will coordinate with DFAS Site Support Supervisor for required system down time. Chilled water system is Glycol treated. Contractor is responsible for drained, reclaimed and reintroduced into the system. Glycol shall be tested upon removal and documented for owner review; reintroduced system glycol will be at the same recorded/tested level. All systems will be left in working condition without leaks. Remove existing supply and return exterior chilled water piping up to and including the isolation valves. Remove, retain, and re-install system control integration to the existing Building Automation System (BAS) Tracer ES., control wiring and materials for communication from the chiller to the BAS monitoring office. Contractor shall update Tracer ES with new chiller unit image, data, and set points. Install new from factory 52 ton air cooled chiller with correct voltage design for the building. Provide necessary electrical wiring, conduit, connections, and materials resulting in a durable and reliable power supply to the new. New chiller will be equipped with vibration/noise dampening features. Provide and install new exterior chilled water supply/return lines. Provide and install two new isolation valves (butterfly valves). Provide and install two new ¾ inch ball valve equipped test/bleed ports, one in supply and one in return. Provide and install one new Y strainer in new supply line. Install new piping support brackets for supply and return lines; install new piping insulation with aluminum exterior shielding, insulation will be applied to isolation valve, test ports, and Y strainer as well. Exterior of supply and return chilled water piping will be marked with industry standard UV/weather resistant markings to identify “chilled water supply” and “chilled water return”

b.)        Contractor shall be responsible for on-site coordination of all staging and deliveries of their product, to include access to and operation of any equipment need for unloading and movement of materials or product.

c.)        Start up, Training, and manuals: The contractor shall provide, schedule, and arrange for factory certified start-up. Contractor will provide operational, and maintenance training as recommended by the manufacture, to train Government technicians and provide all operating, maintenance, and parts manuals instructions to include parts listing of equipment and other materials installed.

d.)        The contractor shall conduct a minimum two (2) hours training for on-site staff upon installation of the equipment to the end-user at the Government site.

e.)        The contractor shall documentation of unit start-up commissioning and all recorded readings.

f.)         Removal/disposal of obsolete chiller unit; the contractor will take custody of the removed chiller, piping, and isolation valves to include any oil, R-22 refrigerant and any equipment and materials from the demolition. Removed oil and refrigerant will be disposed of at a waste or recycle location adhering to EPA, Federal, State, City, County and local codes by the Contractor.

g.)        Government shall provide proper palletizing and forklifting onto shipping truck.

See attached Performance Work Statement for more details.

SITE VISIT: Due to the need for the vendor to have precise understanding of the requirement, in order for a vendor to be considered for award, a site visit will be MANDATORY. The site visit will be held on April 19, 2022 and 1:00 PM (eastern). Failure to attend the site visit will result in the removal of your company’s quote from consideration. All costs associated with the site visit will be at the vendor’s expense. Due to the ongoing COVID-19 pandemic, masks may be required for the site visit. Interested vendors need to contact James Seamans at [email protected] to sign up for the site visit. This should be the ONLY contact made to this individual for the purposes of this RFQ.

Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days.

Place of Performance, Inspection, and Acceptance:   Deliver FOB Destination to occur no later than five (5) months from date of contract award.  Address for Delivery:
 

Defense Finance and Accounting Services (DFAS)

Griffiss Business and Technology Park

Building 1 Mail Room, 325 Brooks Road

Rome, New York 13441
 

List any Acceptance Criteria:   All or none basis.

Conformance to PWS: You must provide the supplies and services in accordance with the Performance Work Statement. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.  

BASIS FOR SELECTION:  The Government will award a single contract to the Contractor whose quote is determined to be lowest price technically acceptable.

Cost of Quotes:  Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government. 

Invoicing and Payment:  Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow.  It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment.  Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment.

Contracting Officer’s Representative (COR):  The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract.  The COR’s authority is limited to technical issues and is not authorized to make contractual decisions.  The COR will monitor performance, funding and payment requirements.  An alternate, will be assigned if the designated COR is unavailable.  COR will be provided upon award of any resultant contract.

Wage Determination:  The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference (FAR 52.212-5). Wage Determination No 2015-4165, Revision No. 18, dated 03/15/2022 is applicable to this solicitation and may be viewed at https://www.sam.gov/

Applicable Provisions and Clauses:  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04.  The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.  NOTE:  The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far. 

Provisions by Reference: 

52.204-7

System for Award Management

OCT 2018

52.204-16

Commercial and Government Entity Code Reporting

AUG 2020

52.209-11

Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FEB 2016

52.212-1

Instructions to Offerors – Commercial Items

DEC 2021

52.212-3

Offeror Representations and Certifications—Commercial Items

DEC 2021

252.203-7005

Representation Relating to Compensation of Former DoD Officials

NOV 2011

252.204-7008

Compliance Safeguarding Covered Defense Information Controls

OCT 2016

252.204-7019

Notice of NIST SO 800-171 DoD Assessment Requirements

NOV 2020

Clauses by Reference:

52.204-18

Commercial and Government Entity Code Maintenance

AUG 2020

52.204-19

Incorporation by Reference of Representation and Certifications

DEC 2014

52.211-17

Delivery of Excess Quantities

SEPT 1989

52.212-4

Contract Terms and Conditions – Commercial Items

DEC 2021

52.232-39

Unenforceability of Unauthorized Obligations

JUN 2013

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

DEC 2021

52.233-4

Applicable Law for Breach of Contract Claim

OCT 2004

52.253-1

Computer Generated Forms

JAN 1991

252.201-7000

Contracting Officer’s Representative

DEC 1991

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

SEP 2011

252.204-7012

Safeguarding of Unclassified Controlled Technical Information

DEC 2019

252.204-7015

Notice of Authorized Disclosure of Information to Litigation Support Contractors

MAY 2016

252.204-7020

NIST SP 800-171 DoD Assessment Requirements

NOV 2020

252.225-7001

Buy American and Balance of Payments Program

DEC 2017

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

DEC 2018

252.232-7006

Wide Area Workflow Payment Instructions

DEC 2018

252.232-7010

Levies on Contract Payments

DEC 2006

252.244-7000

Subcontracts for Commercial Items

JAN 2021

252.247-7023

Transportation of Supplies by Sea – Basic

FEB 2019

Incorporated by Full Text:  The following provisions and clauses in full text have been separately attached:

52.204-24

Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

DEC 2021

52.204-25

Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

DEC 2021

52.204-26

Covered Telecommunications Equipment or Services – Representation

OCT 2020

52.212-5

Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items

JAN 2022

52.252-1

Solicitation Provisions Incorporated by Reference

FEB 1998

52.252-2

Clauses Incorporated by Reference

FEB 1998

QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:  All questions and inquiries concerning any aspect of this requirement must be submitted in writing to [email protected]. Telephone requests will not be honored.  The Government’s response to inquiries will be made in writing.  Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.  Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. 

PLEASE NOTE:  A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.

Bid Protests Not Available

Similar Past Bids

Rome Iowa 23 Jun 2011 at 1 PM
New york New york 12 Dec 2019 at 4 PM
New york New york 11 Sep 2007 at 4 AM
Brooks Maine 10 Jan 2017 at 1 PM
New york New york 26 May 2021 at 7 PM

Similar Opportunities

Location Unknown 28 Jul 2025 at 4 PM
Location Unknown 02 Apr 2026 at 4 AM (estimated)
Location Unknown 23 Jan 2026 at 5 AM (estimated)
Location Unknown 22 Jan 2026 at 5 AM (estimated)
Location Unknown 12 Feb 2026 at 5 AM (estimated)