The RFP Database
New business relationships start here

Frick Refrigeration System and Condenser Replacement


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-20-Q-0003 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76.This announcement will be issued as a combined synopsis/solicitation.  The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Price.  The North American Industry Classification System (NAICS) code is 811310 and the Small Business Size Standard is $8 million dollars. Response Time- Request for Quotation will be accepted not later than 0900(9:00 a.m.) Eastern Standard Time on 12 November 2019. All quotes must be marked with RFQ number and title. This solicitation is for Authorized resellers/dealers only.

 

Pricing for Basic Year: 

 


CLIN 0001:

 New Condenser - Imeco ECOSS GCHE 0709-06.1I/008KE All Stainless Steel

- One (1) new Imeco ECOSS Condenser

● 232.75 TR Rating

● 103°F Condensing, 2.4°F Suction, 78°F Wet Bulb

● 7'- 4" W x 8'- 11 1/2" L x 12'- 2" H

● 8,114 LBS (Operating Weight)

● 4 - Fans, 4 - Motors, 2 HP/Motor (8 HP Total), Electronically Commutated Fans (EC)

● 1 - Pump, 2 HP/Pump (2 HP Total)

● 1 - Element Heater, 0°F, 1-16kW

● 33,524 CFM, 14.6 CU FT Coil Volume, 99 LBS (Approx. NH3 Charge)

● 316 SST Coil, 304 SST Basin, SST Casing

● GMM Control Panel mounted on unit

• Includes Pump Starter & Contactor

• Includes Immersion Heater Starter & Contactor

• Includes Heater Starter & Contactor

• Includes VFD Fan Motor Starters, Contactor & Electrical Disconnect

• Includes Electrical Protection & Disconnect

● Pump Disconnect Panel mounted on unit (Separate from GMM Panel)

● Safety Cage & Aluminum Ladder

● Motor Davit

- One (1) lot of new isolation valves for HSD, CD, EQ, & Blow Down

- One (1) lot of new pipe and fittings to pipe up new condenser and tie into existing HSD & CD. A new EQ line will need to be run from the V2 vessel to the HSD at the Condenser

- One (1) lot of new/modified pipe hangers as required

- One (1) lot of nitrogen for leak testing

- One (1) lot of ammonia charge to recharge the entire ammonia system

- One (1) lot of crane rentals for removal/installation of condenser

- One (1) lot of shop labor for fabrication

- One (1) lot of field labor including site management, rigging, lifting, setting, and installation of all new ammonia pipe and valves

- One (1) lot of service labor for leak testing, ammonia charge, & start up

- One (1) lot of valve tags & pipe labels

- One (1) lot of paint for all uninsulated pipe

- One (1) lot of miscellaneous consumables

- One (1) lot of travel time and expenses

- One (1) lot of freight on material to the job site


CLIN 0002:   Bi-Monthly Inspection Contract

- One (1) bi-monthly inspection. Providing a total of six (6) eight hour days

- Travel expenses required for the six (6) visits

 

Pricing for Option 1:

 


CLIN 1001:   Bi-Monthly Inspection Contract

- One (1) bi-monthly inspection. Providing a total of six (6) eight hour days

- Travel expenses required for the six (6) visits

 


Pricing for Option 2: 


 


CLIN 2001 Bi-Monthly Inspection Contract

- One (1) bi-monthly inspection. Providing a total of six (6) eight hour days

- Travel expenses required for the six (6) visits

 


Pricing for Option 3:


 


CLIN 3001:   Bi-Monthly Inspection Contract

- One (1) bi-monthly inspection. Providing a total of six (6) eight hour days

- Travel expenses required for the six (6) visits

 

Statement of Work

Service Contract for Frick Refrigeration System and Evaporative Condenser Replacement at the Agile Chemical Facility

Last updated:  10 September 2019

 

•A.               Introduction

This statement of work (SOW) establishes the requirements for preventive maintenance inspections for the Frick Mechanical Refrigeration System (100TR Magnesium Nitrate Brine Chiller Unit #292531) at the Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This refrigeration system supplies the critical cooling fluid for nitrate ester manufacturing at the new Agile Chemical Facility, a multipurpose nitrate ester manufacturing plant currently being commissioned by NSWC IHEODTD to produce Otto Fuel II, a Navy torpedo fuel.

 

Additionally, this SOW defines the requirements to replace the existing evaporative condenser, which is at the end of its service life and has a leak in the coil bank. This work will also require recharging the Frick Mechanical Refrigeration System with a new charge of ammonia and re-starting the unit after replacement of the evaporative condenser.

 

 

•B.               Description of Services

The scope of this contract includes the following. Additional information for each task is detailed in the following sections.

 

•1.      One year of bimonthly preventive maintenance and inspections for the Frick Ammonia chiller system at the Agile Chemical Facility.

•2.      Replace existing evaporative condenser

 

Task One: Bimonthly inspections and preventive maintenance of Frick Ammonia Chiller.

The Contractor shall perform six bimonthly and one annual inspections and service of the Frick Ammonia Chiller system at Building 775. The Contractor must be an authorized Frick service representative and the technicians must be qualified to work on industrial ammonia chiller systems and its associated equipment and controls. Service and inspection to be based on manufacturer's recommendation and at a minimum include the following:

 

•·        Ammonia sensors.





Bi-monthly Inspections



Annual Inspections





•1.      Visual inspection of all ammonia sensors.



•1.      Inspection and calibration of the ammonia sensors using ammonia test gas.





•·        Frick Compressor (Model RWBII-76E).





Bi-monthly Inspections



Annual Inspections





•1.    Run compressor to ensure operation and to maintain gaskets to prevent ammonia leakage (Note: NSWC IHEODTD to provide heat load as necessary to support compressor operation).

•2.    Inspection of compressor units drive systems.

•3.    Visual inspection of the compressor, motor and associated piping and valves.



•1.     Verification of compressor end play is within manufacturer's specifications

•2.     Test of all compressor safeties

•3.     Calibration check of all compressor pressure and temperature sensors

•4.     Verification of compressor control panel and starter operation.





 

•·        Frick Chiller





Bi-monthly Inspections



Annual Inspections





•1.      Verification of brine chiller operation

•2.      Visual inspection of Frick chiller and associated piping and valves



 





 

•·        Evaporative Condenser (Model: HCU-120A)





Bi-monthly Inspections



Annual Inspections





•1.      Run condenser with compressor test runs



•1.      Inspection of condenser spray pump, water sump operations and spray nozzles





 

•·        General Inspections





Bi-monthly Inspections



Annual Inspections





•1.      None



•1.      Annual visual inspection of all exposed piping and vessel conditions

•2.      Annual visual inspection of all insulation conditions for deficiencies

•3.      Annual visual inspection of all valves for rust or leak potential

•4.      Annual visual inspection of pipe supports





 

Up to two additional site visits per year will be included as part of this contract to support emergency inspection of the Frick chiller system and its components. These 8 site visits (6 bi-monthly and 2 unscheduled) covers inspection and preventive maintenance activities only. This task does not cover repairs of deficiencies that require device replacement, new spare parts, or substantial labor to repair (e.g., greater than 2 hours). Instead, the Contractor shall provide a summary of all deficiencies with a cost estimate to repair. These repairs will be paid for under a modification to this contract or through a separate procurement.

 

Task Two: Replacement of evaporative condenser.

 

The Contractor shall perform the following actions (items 1 through 5) as part of Task Two under this contract:

 

•(1)    Remove and dispose of the existing Frick HCU-120A evaporative condenser,

The Contractor shall isolate all connections between the existing Frick HCU 120A evaporative condenser and the other components of the Frick Chiller. As part of demolition, process connections must be capped or blocked so other components of the Frick Chiller will remain charged with nitrogen to prevent moisture ingress. For 480 VAC power, the Contractor shall demo all conduit and wiring from three disconnects located adjacent to the evaporative condenser to the sump heater, spray pump, and blower motors. For the power to the sump heater thermostat control, the contractor shall demo all conduit from the electrical trough underneath the exterior disconnects to the J-box on the Frick HCU 120A evaporative condenser and demo all wiring back to the source of 120 VAC. All open penetration where conduit was demolished shall be plugged to prevent water ingress. For water, the contractor shall demo existing piping back to the building exterior by the low point drain. As part of the demolition, the insulation shall be removed carefully to avoid damaging the existing electrical heat trace, which shall be re-used. For the wastewater drain, all PVC piping and supports shall be demolished.

 

The Contractor shall be responsible for removal of the existing Frick HCU 120 evaporative condenser, to include all rentals of equipment. The existing concrete supports shall remain. The existing steel support beams shall be replaced if they are removed when removing the Frick HCU 120A evaporative condenser.

 

Note: NSWC Indian Head personnel shall be responsible for all wiring and conduit demolition between the exterior disconnect switches and the motor control center inside Building 775.

 

•(2)    Provide and install a new evaporative condenser,

The Contractor shall provide a new evaporative condenser meeting the following specifications:

•-     232.75 TR Rating @ 103 °F Condensing, 2.4 °F Suction, and 78 °F wet bulb

•-     Induced draft design

•-     Unit weight less than 9,900 lbs. (operating weight)

•-     33,000 CFM, 14.6 CU ft. coil volume

•-     316 SS coil, 304 or 316 SS basin, 304 or 316 SS casing

•-     Includes local control panel to include:

•o   Disconnect

•o   Spray pump starter/contactor

•o   Sump heater starter/contactor

•o   VFDs and contactors for fan motors

•-     Fixed ladder with safety cage for access to upper casing section

•-     Motor davit to facilitate lifting fans or motors.

 

The Contractor shall reconnect all process connections to the evaporative condenser, to include but not limited to all labor and materials associated for any welding, pipefittings, pipe supports and other work to make the process connections to the Frick Chiller, to include the equilibration line. The Contractor shall reconnect the water feed to the new evaporative condenser. The Contractor shall provide a new wastewater drain line constructed of Schedule 40 PVC and connect to existing outfall. New wastewater drain to include a basket strain and a flow totalizer. The Contractor shall install all controls wiring and conduit required for communication between the evaporative condenser control panel and the Frick Quantum HD control panel.

 

NOTE: NSWC Indian Head personnel shall be responsible for:

•-     Providing 460 VAC power from the motor control center to the local control panel on the evaporative condenser.

•-     Providing the flow totalizer on the wastewater drain.

•-     Reinstalling heat tracing on the water feed to the unit and re-insulation of this line.

 

•(3)    Integrate the new evaporative condenser with the existing Quantum HD Frick control panel,

The Contractor shall be responsible for all controls wiring termination within the evaporative condenser control panel and the Frick Quantum HD control panel. Contractor shall re-program the Quantum HD controller as required for the unit to operate correctly with the new evaporative condenser.

 

•(4)    Leak test, recharge and start-up the Frick Ammonia Chiller, and

The Contractor shall leak test the entire Frick Ammonia Chiller unit with nitrogen and repair any leaks associated with the installation of the new evaporative condenser. Once the unit passes the leak test, the Contractor shall charge the system with anhydrous ammonia and start up the entire system to ensure proper installation of the evaporative condenser and the proper operation of the entire Frick Ammonia Chiller unit.

 

•(5)    Update existing Quantum HD panel drawings and Frick Chiller P&IDs to reflect contract modifications.

The Contractor shall update the Quantum HD panel drawings and the Frick Chiller P&IDs to reflect the replacement of the evaporative condenser and controls modifications. Files to be provided in native and PDF format.

 

•C.               Contract Option Years

The base year for this contract covers the first year of Task One (bi-monthly inspections and preventive maintenance of the Frick Ammonia Chiller) and Task Two (replacement of the evaporative condenser).

 

Up to three option years are included with this contract, which only applies for Task One (bimonthly inspections and preventive maintenance of the Frick Ammonia Chiller) and the proposal should include pricing for the base year and all option years.

 

 

•D.               Technical Point-of-Contact

The NSWC IHEODTD technical point of contact information is as follows:

 

NSWC IHEODTD

Attention:  W. Scott Buswell

3655 Nitramine Way, Building 765

Indian Head, MD 20640-5132

Email: walter.buswell@navy.mil

Phone:  (301) 744-1526

 


 

 

 

All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount.  Offeror that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

 

          


FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5  Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, FAR 52.217-8 - Option to Extend Services;  FAR 52.217-9-Option to Extend the Term of the Contract;  FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns ; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;  FAR 52.222-36, Affirmative Action for Workers with Disabilities ; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests.


 


Points of contact:


Contract Specialist/Administrator:


Brandi Sorzano, Civ, Telephone: (301) 744-6908, Fax: FAX: 301-744-4055


E-Mail: brandi.sorzano@navy.mil


IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.


Brandi L. Sorzano, Contract Specialist, Phone 3017446908, Email brandi.sorzano@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP