4120 MRI Chiller Replacement - CI
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: Solicitation (Updated)
- Updated Published Date: Jan 09, 2023 04:47 pm CST
- Original Published Date: Jan 09, 2023 04:45 pm CST
- Updated Date Offers Due: Jan 17, 2023 12:00 pm CST
- Original Date Offers Due: Jan 17, 2023 12:00 pm CST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 01, 2023
- Original Inactive Date: Feb 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 4120 - AIR CONDITIONING EQUIPMENT
- NAICS Code:
- 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Place of Performance: Des Moines , IA 50310USA
Description
STATEMENT OF WORK
THIS IS A BRAND NAME OR EQUAL REQUIREMENT FOR CARRIER BRAND EQUIPMENT
AND SUPPLIES
SCOPE:
Engineering has a need to replace the Chiller which supplies chilled water to the air
handler and air conditioner for the MRI room and MRI mechanical room in building 1.
The chiller has been having many issues and it has R-22 refrigerant in it which is being
phased out by the EPA. Because of the many issues and the R22 it has a high risk of
possible failure and is a possible environmental hazard. If the chiller would fail it would
leave the MRI without cooling for direct patient care and the MRI equipment. The
Chiller is located outside on the east side of the MRI building at the Des Moines, IA
VACIHCS. All work will be performed during after normal hours and or on the
weekend and must be coordinated with the COR at a minimum of 60 days prior
to the start date to allow VA staff to prepare for the electrical outage. Each
transformer will be replaced on separate days.
MINIMUM REQUIREMENTS:
- 15 tons cooling with Air Cooled Condenser
- 460 – 3 – 60 HZ power supply
- XL Starter Type
- 30% Propylene Glycol
- Single Point Power with Terminal block
- Low Sound – Includes Aero-Acoustic Fans
- MCHX Condenser coil
- Standard Packaging
- Cooler Heater
- Standard Compressor with Std SCCR (5k)
- Green Speed Intelligence – High Efficiency Variable Condenser Fan
- Hail Guards / Security Grilles
- BACnet Communications
- Wind Baffle
Services to be performed by the Contractor.
1. Complete a pre removal inspection/test of existing equipment.
2. Supply the chiller, all parts, materials, and supplies needed and transport to the
work site.
3. Coordinate with the COR to shut down the MRI Chiller and Imaging staff.
4. Isolate and disconnect the chiller water lines/piping.
5. Isolate and disconnect/remove all power sources.
6. Remove the old Chiller and dispose of it at no additional cost to the Government.
7. Reconnect the chiller water lines/piping.
8. Insulate piping
9. Reconnect all power sources. Install new external electrical disconnect switch – 60
Amp- NEMA 4)
10. Ensure controls wires are installed.
11. Preform the factory startup.
12. Test for proper operation and inform COR when work has been completed.
13. Provide training for the new chiller operation.
14. Provide the COR with copies of the owner/operator manuals and warranty
documentation/items.
15. Rigging and lifting devices needed to lift the chillers will be provided by the
contractor.
16. The Contractor will provide and use proper personnel barricades during use of lifting
equipment.
Emergency Services: Contractor shall respond immediately to the COR after
identification of an emergent problem or damage that may occur during the removal or
installation of the fore mentioned equipment. Under these conditions of equipment
failure, the Contractor shall be required to perform necessary and immediate repairs to
the area at no cost to the Government and will be expected to continue work until the
repairs are made and the equipment is fully operational.
Clean up: The Contractor at the end of each workday shall thoroughly clean the
work area, removing all dirt, debris and waste that accumulate because of the
services performed.
All hazardous waste resulting from the repairs will be removed and properly disposed of in
accordance with all State, Local, and Federal regulations at no additional costs to the
Government. It shall be the sole responsibility of the Contractor to comply with all State,
Local, and Federal regulations including but not limited to maintaining any and all current
State and Federal certifications.
Attachments/Links
Contact Information
Contracting Office Address
- 316 Robert Street N Suite 506
- Saint Paul , MN 55101
- USA
Primary Point of Contact
- Terry McAllister
- terry.mcallister@va.gov
Secondary Point of Contact
- Timothy Kimmel
- timothy.kimmel@va.gov
History
- Feb 01, 2023 10:58 pm CSTSolicitation (Updated)
- Jan 09, 2023 04:45 pm CSTSolicitation (Original)