walk-in cooler condenser and evaporator replacement in Phoenix, AZ
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 26, 2023 03:29 pm MDT
- Original Response Date: Jul 07, 2023 04:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 22, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
- NAICS Code:
- Place of Performance: Phoenix , AZ 85040USA
Description
PLEASE NOTE THAT THIS IS NOT A REQUEST FOR QUOTES OR PROPOSALS, NO SOLICITATION EXISTS AT THIS TIME.
This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited
The U.S. Department of Agriculture, Animal Plant Health Inspection Services, Plant Protection and Quarantine, Pink Bollworm Rearing Facility (USDA/APHIS/PPQ/PBWRF) in Phoenix, AZ is seeking capable, qualified business entities for the following requirement:
Project Description:
The Phoenix Rearing Facility is requesting to have their walk-in cooler condensing and evaporator units replaced. They would like to have the new units sized for efficiency since they are producing and sending out more product. The units that will be replaced are the 4 areas of moth collection, the pass through cooler and the shipping cooler.
Location:
USDA, APHIS, PPQ, PBWRF
3645 E. Chipman Rd.
Phoenix, AZ 85040
PLEASE CHECK location address and be sure transportation cost is feasible. There will be no reimbursement for transportation or communication costs for this location.
Statement of Work
Background: The Phoenix Rearing Facility (PRF) is a 69,000 square foot facility where they are currently producing the Navel Orange Worm (NOW). Currently they are sending out about one million moths per day. After the Pupae stage is the eclusion stage, where the moths are starting to spread their wings and move around. This stage here at the facility is where they start to collect the moths from the walk-in coolers. they keep the walk-in coolers around 36 degrees Fahrenheit to prevent the Moths from flying around and damaging themselves. After the moths are dropped from the collection cones into trays, the moths huddle up to keep each other warm. This is a very important stage for moth collection. The Program wants to send out as many healthy moths as possible.
The Facility has 24 moth collection cones broken up into 4 areas. The moth collection condensing units are rated at 5 tons each. Each area has a condensing unit on the roof and 2 evaporators in the cooler. These units have been in operation since 1995 and since then, they have had to replace compressors, condensing fan motors, separators, and evaporator fan motors. These units were operating with R-22 refrigerant before they changed them out to R-407c. The Program changed refrigerant from R-22 to R-407c due to it no longer being made and the extremely high cost. The Program is in definite need of replacements for our units. Some of the parts are becoming obsolete and are getting difficult to find. The Program is constantly adding refrigerant and repairing piping due to leaks. When a unit goes down and they wait on parts, they run a high risk of losing product or sending out damaged moths. The Program also has 2 smaller units used in our pass through cooler and shipping cooler that they need replaced also for all the same reasons mentioned above. These 2 coolers are still using R-22 for operation.
Specifications:
- Contractor will remove refrigerant form units and dispose of old refrigerant according to OSHA and EPA regulations.
- Contractor will provide partitions between areas since the Program will still have moths on the other side of the walk-in cooler, for example, between zones A and B, also between C and D.
- Contractor will remove all existing equipment related to the AC units such as condensing and evaporative units.
- Contractor will replace all supply and return piping between the condensing unit and evaporator units.
- Contractor will remove existing thermostats and replace with thermostats that are compatible with the new units.
- Contractor will provide thermostats by the doors for room temperature readings.
- Contractor will remove and replace condensate drain lines and condensate drain pumps.
- Contractor will abide by EPA regulations for proper refrigerant type.
- Contractor will provide new electrical disconnects to AC units.
- Contractor will provide experienced and certified technicians.
- Contractor will provide all equipment necessary to remove equipment from roof and walk in cooler areas, such as crane and rigging.
- Contractor will provide fabrication to allow for filter installations to new evaporator units.
- Contractor will complete start up and check for proper operation.
- Work will be done Monday through Friday between the hours of 5AM and 2:30PM.
The associated North American Industrial Classification System (NAICS) code for this requirement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
The Small Business Size Category is $ 12.5 mil.
Interested sources are encouraged to complete and return Attachment 1 PBWRF1101121 to the contracting office. Telephonic inquiries will not be honored. Please email all questions regarding subject item(s) prior to Sources Sought closing date to Carol.Dingess@.usda.gov. small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns, and nonprofit concerns are encouraged to participate. This is not a request for competitive quotes, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide SAM uei ID Number, and point of contact information on Attachment_1 PBWRF1101121. The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide. Information or materials provided is strictly voluntary.
Please Email (only) Attachment 1 to Carol Dingess at Carol.Dingess@usda.gov. Please be sure to include notice # PBWRF1101121 on subject line. Telephonic inquiries will not be honored. Closing date for submissions of Statement’s of Capability is July 7, 2023 at 4:00PM MT.
Anyone wishing to do business with the USDA must also be listed in the government’s System for Award Management Registrar now known as SAM. You may register on line with http://sam.gov
A prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from a solicitation. Vendors may obtain information on registration and annual confirmation requirements via the SAM database accessed through http://sam.gov or by calling the Contractors Registration hotline @ 1-866-606-8220
The Government intends to provide all information regarding this notice via this web site . The Federal Government is not responsible for notifications to offerors regarding notices, solicitations or amendments. It is the Vendor’s responsibility to check this web site www.SAM.gov periodically for updates. Telephone and email requests will not be accepted
Attachments/Links
Contact Information
Contracting Office Address
- 250 MARQUETTE AVENUE SUITE 410
- MINNEAPOLIS , MN 55401
- USA
Primary Point of Contact
- Carol Dingess
- carol.dingess@usda.gov
- Phone Number 9704947360
Secondary Point of Contact
History
- Jul 22, 2023 09:55 pm MDTSources Sought (Original)