Inactive
Notice ID:RFI84N81901
This Sources Sought announcement is a REQUEST FOR INFORMATION (RFI) only. This notice is issued for information to be used for market research information and planning purposes only. This is NOT a sol...
This Sources Sought announcement is a REQUEST FOR INFORMATION (RFI) only. This notice is issued for information to be used for market research information and planning purposes only. This is NOT a solicitation and No proposals are being requested or accepted. No contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice. The Dixie National Forest in Utah anticipates soliciting for construction of a new building. This RFI is being conducted for information to determine the (1) the availability of the Variant Refrigerant Flow HVAC System and (2) location(s) of manufacturing, and (3) if there are a reasonable number of interested businesses that could supply a unit meeting the technical requirements identified below. If your firm is capable of providing a unit that meets the requested requirements please respond appropriately, negative responses are also encouraged. This RFI is for a Variant Refrigerant Flow HVAC System that meets the following requirements: TECHNICAL REQUIREMENTS: 1. System shall meet FAR 52.225-9, Buy American Act- Construction 2. System must comply with FAR Part 23.203 and Federal Energy Management Plan Requirement for Energy Star products. 3. System shall have a minimum EER rating of 14.0, IEER rating of 22.0, and COP of 5.67 when rated in accordance with the latest edition of AHRI Standard 1230 for VRF Air-Conditioning and Heat Pump Equipment and subject to rating accuracy by AHRI-sponsored, independent, third party testing. 4. System shall utilize variable refrigerant volume (VRV) technology with refrigerant heat recovery. 5. System shall utilize inlet water source media for cooling and heating. 6. System shall utilize Refrigerant R410A. RESPONSE REQUIREMENTS: All interested parties are encouraged to respond to this RFI by email or mail no later than February 19, 2019. Responses should include: (1) Company Name, Address and Point of Contact, (2) Company DUNS number and business size, and (3) Manufacturers and/or suppliers responding shall submit the technical specifications, as noted below, for ALL units/sizes that meet the minimum technical requirements defined above, as follows: 1. Size/Capacity available: 0.5 ton, 1 ton, 1.5 ton, 2 ton, 3 ton. etc (12k, 18k, 24k, 36kBTU, etc.). 2. EER Rating 3. Refrigerant Type 4. Maximum horizontal and vertical lengths of the refrigerant line set 5. Fixed or Variable Speed Cooling 6. Whether or not the unit has removable access to controls without interrupting airflow and allowing for service without the use of special tools. 7. Type of condensate pan (whether corroding or non-corroding and the type of slope) 8. Wall mounted, floor mounted, or ceiling mounted. 9. Availability of ducted and cartridge units. 10. Whether the thermostat is internal or external. 11. Whether the fans and compressors are fixed or variable speed. 12. Whether the condenser circuits are or are not pre-piped with startup and head pressure controls. 13. Whether the unit has a side or top discharge. 14. A catalog cut of the units with technical specification demonstrating all compliant units shall be included. 15. Provide approximate cost and place of manufacture for each unit. 16. Documentation of product meeting FAR 52.225-9 Buy American Act Construction 17. Documentation of product meeting FAR Part 23.203 and Federal Energy Management Plan Requirement for Energy Star products. Reponses are to be submitted to Charlotte Vanderbilt at cvanderbilt@fs.fed.us or by mail to: Utah Acquisition Support Center Attention: Charlotte Vanderbilt, 1749 West 500 South Salt Lake City, UT 84104 If you have questions please contact Charlotte Vanderbilt by email at cvanderbilt@fs.fed.us or at 801-908-1901. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to any future solicitation announcements separately from responses to this market survey. Contracting Office Address: Utah Acquisition Support Center 1749 W 500 S Salt Lake City, UT 84104 Place of Performance: Proposed Dixie National Forest Supervisor's Office 820 North Main Street Cedar City, UT 84720