Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Replace refrigeration units, FCI Schuylkill

Solicitation Number: 21303-0015-08
Agency: Department of Justice
Office: Bureau of Prisons
Location: FCI Schuylkill
  • Print
:
21303-0015-08
:
Combined Synopsis/Solicitation
:
Added: Jul 02, 2008 2:24 pm
Synopsis:

1. Request for Quotation 21303-0015-08 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; quotes are being requested and a written solicitation will not be issued.



General Information- The Federal Bureau of Prisons, Federal Correctional Institution Schuylkill, Minersville, Pa.., intends to award a firm-fixed price indefinite-delivery, requirements type contract for the provision of the replacement of the refrigeration units of three walk-in freezers, and two walk- in coolers.



Place of Performance- Services will be performed at FCI Schuylkill, Interstate 81 & 901 W, Minersville, Pa. 17954

Institution Security and Inmate Management- The contractor agrees to adhere to all regulations prescribed by the institutions in regards to the safety, custody, and conduct of inmates. Prior to commencing service under any contract, the contractor will be provided with a security and BOP procedures orientation session, . The BOP requires all non-employees to sign in and out of the institution for security reasons. Additionally, the contractor will be required to wear an ID badge, provided by the Government, at all times within the confines of the institution grounds..



Contract pricing should include all charges to the Government for performing the services required by this contract (e.g., insurance, overhead, profit, supervision, etc.). The quantity of services to be provided by the Contractor is estimated below and is not a representation to a quoter or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal..



Statement of Work

The purpose of the work is to replace the refrigeration units of three walk-in freezers, two walk-in coolers, located within the environs of Federal Prison Camp (FPC) Schuylkill, Pennsylvania.

The work is required to be preformed in two separate areas within the environs of the Federal Prison Camp Schuylkill. The work will be conducted within, and adjacent buildings number 020-SCH, “Central Warehouse”, and building number 025-SCH “FPC Food Service Department”. Due to the nature of the facility these grounds are restricted to official business and are considered a limit access site. Access to the site must be obtained with prior approval by the Government.



Description of Work:



All aspect of the project is to be conducted within the guidelines and limitations of the Federal Acquisition Regulations governing contacts. All equipment, parts and labor will be provided by contractor under institutional staff supervision and escort. This project is to include the replacement of the evaporation units, condensing units and all related refrigeration components for three walk-in freezer with a -10°F SST at 95° F ambient temperature capacity, and two walk-in coolers with a 25°F SST at 95° F ambient temperatures capacity. Due to the nature of the site and that it is a working food storage location, only one unit can be taken off line at a time in order to provide adequate cold storage for the institution. The down time must be coordinated between the contractor and the Bureau of Prison’s Contracting Technical Representative, and Contraction Specialist. No single storage unit will be permitted to remain off line more then one week without prior written approval from a appointed representative of the project.

All equipment supplied by the contractor will be required to meet the minimum specification supplied within the solicitation of the project The replacement units are to include but are not to be limited to meeting the most current EPA requirements, as well as all Federal, State and Local regulations. This equipment must be of a commercial grade, environmentally friendly and of a high efficiency operating range. The contractor is to insure the supplier of equipment has at least 5 years of history in the manufacturing of commercial refrigeration equipment, and will provide documentation in order to verify this requirement before the contract is awarded. The contractor will be responsible for meeting the minimum specifications of the equipment installation as specified within this statement of work, and by the manufacture of the equipment.

The contractor is required to provide copies of all required employees documentation certifications and required licenses before any work may begin. All Federal, State and local construction, safety and labor laws are to be strictly abided by during the duration of the project. The Environmental Protection Associations guidelines for the removal and handling of refrigerants, or refrigeration components must be followed throughout the project. The removal and disposal of all waste generated by the project is the responsibility of the contractor. A copy of all waste disposal manifests must be provided for review after disposal of any materials deemed hazardous, or having an impact on the environment. A “ Material Safety Date Sheet” for all chemicals used in the project must be provided to the facility’s Safety Department before it will be permitted on the work site. A copy of all required documentation is to be kept on the work site during a normal work day.



Hours of Work:



Working hours for this project will be from 7:00 AM until 4:00 PM, Monday thru Friday, excluding Federal Holidays. Due to the nature of the facility, delays should be considered for unforeseen emergencies caused by the inmate population, adverse wether or limit visibility due to periods of fog. The Government reserve the right to ask the contractor to leave the property in order to insure the contractors, and his/ her employee’s safety. In this case and due to the governments delay in the completion of the project a request for compensation, or additional time at the end of the project would be considered negotiable.



Storage and Utilities:



The Federal Bureau of Prisons will provide storage once items arrive on site only materials and hand tools determined non hazardous by the Chief Correctional Supervisor (Captain) will be permitted to remain on the site. Materials and/or permitted tools must be secured via a job box or trailer at the close of each work day. Any utilities required to complete the work will be provided by the Bureau of Prisons.



Tools:



The contractor will be expected to provide all tools and equipment required to complete the repairs, non hazardous tools can be stored within a locked job box in the FPC Power plants tool room overnight if necessary.



Training



The contractor is required to provide all laborers working on the project with the necessary training, and safety instruction in order to perform the task outlined within this scope of work. All work will be supervised by a institutional Technical Reference Officer, and Safety Specialist.



Verification:



All specifications made by the Federal Bureau of Prisons contained within this statement of work are to be considered actual.



Employee Screening / NCIC:



Due to the nature of the facility, it will be a requirement that any contractor, or his employees who needs to enter the facility to provide services, or for warrantee purposes, etc, will need to have it’s employees complete the following forms. This information will be used for Bureau of Prison purposes only, to determine if said workers are suitable to work within a correctional environment. It is the contractors responsibility to ensure an adequate

labor force be present to complete the work within the time lines established within the contract.



Contractor Pre-Employment Questioner

BP-S660.012 NCIC Check Form

BP-S158.030 Contractor Pre Employment Screening Form



Final Acceptance:



All persons, personal belonging, tools and materials will be subject to search via electronic ION drug detection device, and, or inspection by institutional staff upon arrival on Bureau of Prisons property. Institutional staff will insure that all materials are compatible with the provided specifications and will serve the purpose for which they were purchased. Also the contractor will insure all materials are provided free of shipping or consequential damages before acceptance by the Bureau of Prisons.



Time Lines Completion Expectation:



This expectation of the Government is to except a completed working system within 180 days from the award of the contract. The Start day will be determined by the completion of the preconstruction meetings. This Time line is to be consider actual, any extension of the project must be done in written, no less then 15 day prior to the set completion date.



General Comments:



Bidders will provide a firm bid on the above requirements for , labor, and materials, and should include all safety documentation, manufactures warranties and workmanship guarantees within the proposal. A site visit is permissible by request before the proposal deadline. All communications prior to the providing a formal bid shell be through the assigned Governments Contracting Specialist or his/her designee.



Equipment Specifications

Section Includes

Control sequences for refrigeration systems, subsystems and equipment.



Related Sections

Division 15 Sections Federal Bureau of Prisons (FBOP)

Technical Design Guidelines Issue Date: 01-20-05



SEQUENCE OF OPERATION REQUIREMENTS



The typical controls shell be included in the completed system or equal to:

1. Start/Stop

2. Auto & Manual Optimum Start

3. Auto & Manual Optimum Stop

4. Remote High Temperature Audio Alarm Mode

5. Localized High Temperature Audio Alarm Mode

6. Economizer- as required by Energy Conservation Reg.

7. Warm-up Cycle push button

8. Crank Case Heater with Ambient Control

9. Finned Tube Low Limit Control

10. Redundant Temperature Control

11. Self Contained Control

12. Variable Speed Fan Control,

13. Door Activated Fan Switches

14. Door Activated Pump Down Control

15. Door Control On/OFF Variable / Programable Time Delay

16. Humidity Monitoring (Coolers Only)

17. Condenser Low Ambient Controls

18. Condenser Fan Cycling Controls

19. Low Pressure Limit Control

20. Low Oil Limit Control

21. High Pressure Limit Control

22. Push Button Limit Reset

23. Lead/Lag Control If Required



All control sequences are to follow the optimum configuration in order to provide no less then the desired temperature set points while providing adequate protection to the equipment and the products stored within the refrigeration storage unit.



1. The Temperature control must contain the ability to function automatically with manual adjustment capabilities. An Auto-Off-On selector switch shall be provided on, or in the area adjacent the equipment. In The “Off” position the alarm must have the ability to continue to function independently. While the “On” position shell allows the system to run continuously or as designed. Any multi function controls shall have a selector switch provided. In addition, any controls panels with a remote location shall have the ability to be secured via cabinet or pad lock. .

2. The fans shall be interlocked to the inside and outside system controls. Fan operation shall be interfaced to the operation of the condenser, evaporator, pressure switch, and door limit controls. and not be independent functioning.

3. All controls shall be energized, during operation and shell not operated independent of the system.

4. The controls shell be set at startup set point to insure that no less then -10°F at 95°F outside ambient temperature within the freezer food storage units is maintatined .

5. The controls shell be set at startup set point to insure the no less then -25°F at 95°F outside ambient temperature within the cooler food storage units is maintatined.

6 A separate high limit safety controls with manual reset and averaging element responding to the coldest set point shell be portioned and sensing air entering the evaporator coil, set at (55 ̊F), shall stop the fan and begin the pump down sequence.

7. When the outdoor air temperature is less than the changeover set point, the low ambient operating control shell function automatically to insure the temperature set point is maintained in the food storage area.

8. On power interruption, the equipment will be provided with a time delay start function to protect the electrical components, and compressor. The time delay shell have variable time set capabilities. The setting shell be to insure consistent power has been restored before allowing equipment startup.

9. All control must meet or exceed the current standards set forth by Federal, State, Local regulation, the NFAP, NEC, and the most current edition of the American Society of Heating, Refrigeration and Air conditioning Engineering Handbook.. (ASHRAE)



Design of Equipment



A. All equipment supplied by the contractor will be required to meet the minimum specification of a ASHRAE accredited Industrial Engineered Refrigeration System.

1. The equipment shell meet the most current Food Refrigeration Standards set by the Federal Food and Drug Administration, and the Pennsylvania Department of Health.

2. Documentation supporting design and Capacity must be supplied before equipment will be excepted by the Bureau of Prisons.

3.. Documentation supporting the replacement equipment capacity is adequate to meet the demands of the existing food storage units shell be provided, and excepted by the Bureau of Prison’s Project Technical Advisor, before the installation.

4. All drawings, manufacture electrical diagrams, installation manuals and related documentation shell be provided before the equipment will be excepted by the government and approve for installation.

5. Documentation supporting the equipment manufacture has at least 5 years of history in the design, and manufacturing of commercial refrigeration equipment.



General Equipment Requirements and Specifications

A. The replacement units are to include but are not to be limited to meeting the most current EPA requirements, as well as all Federal, State and Local regulations. This equipment must be of a commercial grade, environmentally friendly and of a high efficiency operating range.

B. All specifications and replacement requirements are to be field verified before the solicitation deadline.

C. All replacement equipment shell meet but not be limited to the general specifications within this document. All submission shell also follow the requirement outlined within the Statement of Work for the project.

D. The capacity of the equipment required is to be calculated by the suppling contractor, and shell meet but not be limited to the specifications within this document.

1. The equipment shell have the capacity to meet the existing food storage units demands .

2. The Condensing equipment shell operate on 3 phase 208/240 volt electrical supply.

3. The evaporator shell operate on a single phase 120/208 supply volts,

4. Low voltage control are allowed with the installation of an approved transformer, and proper line protection. (NEC)

5. Required voltage and amperage availability for all equipment must be field verified by the installer.

6. All required documentation must accompany the equipment.



General Specification for Condensing Unit.

1. Sized Condenser for High Ambient Operation

2. Replacement Driers

3. Refrigeration Site Glass

4. Defrost Kit / Timer and Related Components

5. Weatherproof Electrical Control Box with Fused Control Circuit

6. Spring Mounted Compressor Mounts

7. Suction and Discharge Vibration Eliminator

8. Energy Efficient Condenser Fan Motors

9. High Efficiency Enhanced Tube and Fin Condenser Design

10. Receiver with fusible Plug and Liquid Shut Off Valve

11. Adjustable High / Low Pressure Controls

12. Suction Service Valves

13. Heavy Duty Raised Mounting Frame

14. Anti-flood Head Pressure Control or Equal to.

15. Low Ambient Temperature Controls

16. Crankcase Heater Automatic Operation.

17. Adequate Refrigeration Line Sits Not Less then ˝" Liquid and 1-1/8" Suction.

18. Low Oil Limit Control.

19. 90% Receiver Refrigerant Capacity

20, Outdoor Weather Resistant Housing with Removable Hood.

21. Environmentally Friendly Refrigerants that meet the most current Environmental protection Association’s Guidelines.

22. 5 year Limit Warrant / Compress Exchange

23. Full One Year Warrant on All Parts and Labor.



General Specification for Evaporation Unit

1. System Shell Include TXV Liquid Line Solenoid and Thermostats

2. Internal Defrost Temperature Control (Defrost Termination Devise)

3. Energy Efficient Variable Speed Fans

4. Low Profile Cabinet

5. Door Switch with Variable Time Delay On/Off Control.

6. Local Internal Mounted Thermostat.

8. High Temperature Audio Alarm (Local / Remote)

9. Weatherproof Electrical Control Box

10. Commercially Constructed Housings.

11. Commercially Constructed Vibration Eliminating Mounting Hardware.

12. Stainless Steel Mounting Carriage Bolts

13. Removable Drain Pan Equipped with Drain Line Service Unions

14. Environmentally Friendly Refrigerants that meet the most current Environmental Protection Association’s guidelines.

15. High Efficiency Enhanced Tube and Fins.

16. Full One Year Warrant on All Parts and Labor

Warranty

A. During the warranty period the Government reserves the right to take temporary step to protect and avoid damage to the equipment. Such action shall not be considered a breach in provision of the warranty.

1. The installer shell provide a one year warranty for all materials and workmanship.

2. The warranty services shell be provided to the equipment on site.

3. There shall be no deviations from the specifications or form the requirements of the manufacture that would jeopardize any warranties affixed to the Equipment.

4. The Warranty shell cover all workmanship, parts, labor, and repair or replacement of Refrigerant lost due to leaks that develop within the system during the warranty period.



CONTRACT CLAUSES:



52.252-2 -- Clauses Incorporated by Reference (Feb 1998).



This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov. Full text copies of Justice Acquisition Regulation (JAR) clauses or BOP clauses may be requested in writing from the Contracting Officer.



52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) with addendum to incorporate the additional clauses listed below into this solicitation and any resulting contract.

52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000)

52.204-9 Personal Identity Verification of Contractor Personnel (SEP 2007)

52.223-5 Pollution Prevention and Right to Know Information (AUG 2003)

52.224-1 Privacy Act Notification (APR 1984) Medical records and patient health information.

52.224-2 Privacy Act (APR 1984)52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers compensation or Employers liability: $100,000; and General Liability written on the comprehensive form of policy of at least $500,000 per occurrence for bodily injury.

52.232-18 Availability of Funds (APR 1984)

52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)

52.237-7 Indemnification and Medical Liability Insurance (JAN 1997) $1,000,000 per specialty per occurrence

52.253-1 Computer Generated Forms (JAN 1991)



The following clauses will be incorporated into a resultant contract in full text with applicable fill-in information as noted:

52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period

52.216-19 Order Limitations (OCT 1995) - (a) less than one session; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days

52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period

52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period

52.217-9 Option to Extend the Term of the Contract (MAR 2000) - on or before the first day of the option period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years.

52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised

Contracting Officers Technical Representative (JAR 2852.201-70) (a) Terry Kilpatrick, Assistant Health Services Administrator

Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70)

Department of Justice (DOJ) Residency Requirement - BOP clause (JUN 2004)

Notice of Personnel Security Requirements (OCT 2005) Security of Personal Data (DEC 2006)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2008)- (b) 1, 7, 16, 18-22, 24 36.



OTHER CONTRACT TERMS AND CONDITIONS:



The contractor shall commence performance of services under this contract, by submitting required documentation to initiate security clearance, within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a)(6), the place of acceptance for services under this contract is at the destination, FCI Schuylkill located in Minersville, Pa.

Security and Investigative Requirements: The employees of the contractor entering the institution may be required to meet certain security requirements prior to entering the institution. Primary concerns are the amount of contact that may occur between the contractor and his/her employees with the inmate population during the performance of the contract. Contractor employees are allowed access to the institution at the sole discretion of the Warden of the institution.



The program manager at FCI Schuylkill is responsible for conducting the appropriate law enforcement check on all contractor staff that may need access inside the prison facility. The following investigative procedures may be performed:



1). National Crime Information Center (NCIC) check; 2). DOJ-99 (Name Check); 3). FD-258 (fingerprint check); 4). Law Enforcement Agency checks; 5). Vouchering of Employers; 6). Resume/Personal Qualifications; 7). OPM-329-A (Authority for Release of Information); 8). National Agency Check and Inquiries (NACI) check (if applicable); and 9). Urinalysis Test (for the detection of marijuana and other drug usage)



By submitting a quote for service, the contractor and its employees agree to complete the required documents and undergo the listed procedure. Contractors are hereby notified that the security clearance process can take up to 60 days to complete. An individual who does not pass the security clearance will be unable to enter the BOP facility. Any individual employed by the contractor who is deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. Finally, the contractor shall be in compliance with 8 CFR 274a regarding employment of aliens.



SOLICITATION PROVISIONS:



52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a FAR clause may be accessed electronically at this address: www.acquisition.gov



52.212-1 Instructions to Offerors - Commercial Items (APR 2008) tailored to delete paragraphs at c, d, h, and I as they have been determined to be non-applicable to this solicitation. The additional provisions listed below are incorporated into this solicitation via addendum to this provision.

52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008)

52.217-5 Evaluation of Options (JUL 1990)

52.233-2 Service of Protest (SEP 2006) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5006, Washington, D.C. 20534

52.237-1 Site Visit (APR 1984)

Protests Filed Directly with the Department of Justice (JAR 2852.233-70)

Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.



Freedom of Information Act Notice- Quoters are further advised to mark each individual item within their quote considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA.



Quoters are hereby notified, in accordance with FAR 52.212-1(g), the Government intends to evaluate quotes and extend an offer of contract award to the offeror whose quote contains the best terms from a price and technical standpoint.



SUBMISSION OF QUOTATIONS:



On letterhead or business stationary, the following information is required:



1) Vendor DUNS Number



2) PRICING SCHEDULE- Quotes should include pricing for the work to be completed.



3) A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items if different from entry made to the Online Representations and Certifications Application (ORCA) site located at orca.bpn.gov.



4) Documentation of Qualification: Quotes must include photocopies of each document evidencing compliance with the minimum qualification requirements stated in this solicitation. Quoters must specifically identify the provider(s) that will perform service under any subsequent contract award. The contractor must provide proof that their candidate(s) meet all qualifications at the time the quote is submitted.



7) Point of Contact information for financial reference. Quoters should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. Financial references such as banking institutions generally require your authorization for release of information. If your reference will require a release- provide an authorizing statement with your quote submittal.



Quotes must be received at the Federal Bureau of Prisons, Federal Correctional Institution Schuylkill, P.O. Box 700, Interstate 81 & 901w, Minersville, Pa. 17954 no later than 2:00pm local time on Monday August 4th, 2008. Written quotes will be accepted by mail, hand-carried delivery, or fax.



Mailed or Hand-carried Quotes must be delivered to the attention of Lori Rarig, Supervisory Contract Specialist at the address shown. The official point of receipt for hand-carried quotes will be at the front lobby of the FCI of the address listed above. Please give 24 hours of advanced notice to Contracting Officer prior to hand-carrying quotes to accommodate access to secured base.



Faxed Quotes must be faxed to 570-544-7198, Attn: Lori Rarig, Supervisory Contract Specialist. Quotes should be clearly marked with the solicitation number and include all required information.



Quoters are advised to submit any questions regarding this requirement in writing to Lori Rarig, Supervisory Contract Specialist at email address lrarig@bop.gov, by phone or fax.



Contracting Office Address:

FCI Schuylkill

P.O. Box 700

Interstate 81 & 901W

Minersville, Pa. 17954

Primary Point of Contact.:

Lori Rarig

Supervisory Contract Specialist

lrarig@bop.gov

Phone: (570)544-7311

Fax: (570) 544-7198

Secondary Point of Contact:

Betsy Woll

Inventory Mgt. Specialist

bwoll@bop.gov

Phone: 570-544-7320

Fax: 570-544-7198



Added: Jul 15, 2008 2:49 pm
A site visit has been set up for Friday, July 18th at 9:30am.
Added: Jul 16, 2008 3:03 pm
This site visit for Friday, July 18th has been cancelled and rescheduled for Wednesday, July 30th at 9:30 am. Anyone wishing to participate in the site visit is to meet at FCI Schuylkill, Interstate 81 & 901W, Minersville, Pa. 17954, in the Front Lobby area by 9:30am. This site visit will be the only visit available and there will be a posting of findings from the visit on Fedbizopps no later than August 4th. Also the date quotes are to be received by will now be no later than 2:00pm local time on Thursday, August 14 2008.
Added: Aug 13, 2008 2:43 pm
The closing date has been extended to August 26, 2008, no later than 2:00pm local time.
Added: Aug 20, 2008 8:21 am

The follwoing questions were asked at a site visit for the above solicitation.


1. Are the new units going to be on the same pad?  Yes unless they would not fit and then the it would the contractors responsibilty to correct this.


2. Any/all pipes going to be changed?  Yes


3. Are we having trouble keeping the temps regulated?  No


4. What temps are we looking for?  -10 on the freezer & 34 on the cooler


5. Are the exising freezer/coolers all storage units and how hard are they used?  They are all used very hard, for the storage of frozen and refridgerant food.


6.Is the product already chilled when the item is placed in the unit? Most of the time yes.


7. Why are the units being changed out?  They are the orginal units when the instituion was built so we are upgrading to newer units.


8. Do we want environment friendly refrigerants?  Yes


9. How old are the walk-in's?  All but one were there since 1991 the other one was around 1993.


10. What are the exact size of the boxes? Feezer#1 Box 20x9x8, Cooler#2 22x19x8, Freeezer #3 22x17x8, Freezer #4  22x19x14, & Camp Cooler 11x11x8


11. What size compressor is in each existing unit?  Freezer #1 208,30AMP, 10 GA, Cooler #2, 208,20AMP, 10 GA, evap-115, SP, 20AMP lights independent, Freezer #3 208,40 AMP, 8 GA, Freezer #4 208,50AMP, 8 GA and Camp Cooler 208, 30 AMP, 10 GA evap 115, SP 20AMP lights independent.  NOTE: IT WILL BE ON THE CONTRACTOR TO PERFORM THEIR OWN LOAD CALCULATIONS. In the orginal solicitation refer back to page 4 under General Equipment Requirements, D also on page 2 under Description of work.


12 There are alot of bells and whistles on the requirements, do we really wants vendors to bid on all of these? Yes or equal to.  Such as valuable speed fans on evaporators? This would be freezers only. Doors switch adn alarms, humitidy monitoring? Yes coolers only.


13. Are we going to monitor the temps remotely? We need to have the ability to hook up an alarm system.


14. What type of compressors are we looking for hermictic, scroll, or semi hermictic?  We would like a bid on each to compare.


15. There must be electric heat tape on all drains.


16. Did we need/want all new lines?  yes


17. Who is responsibile for drilling all the holes in walls etc? and who is responsible for electrical updating?  Contractor will be responsible for all this is the need is there to change, if the equipment is adiqute to meet the new equipment sizes and safty and current protection requirements, this will not have to be changed.  


18 Are we looking for the latest in technology in regards to energency efficient motors? Yes.


The closing date for this solicitation will be August 26, 2008, no later then 2:00pm. local time.


 


 

Added: Aug 22, 2008 2:10 pm

This is to add the DOL wage rates to solicitation # 21303-0015-08.  Closing date will remain August 26, 2008, no later than 2:00pm local time.

Please consult the list of document viewers if you cannot open a file.

Amendment 1

Type:
Mod/Amendment
Posted Date:
August 22, 2008

Amendment 2

Type:
Mod/Amendment
Posted Date:
August 22, 2008
Document.pdf (2,653.40 Kb)
Description: DOL wage rates
:
Interstate 81 and PA 901 West
PO Box 700
Minersville, Pennsylvania 17954
:
FCI Schuylkill
Interstate 81 & 901q
Minersville, Pennsylvania 17954
United States
:
Lori H. Rarig
Phone: (570)544-7311
Fax: (570)544-7198
:
Betsy Woll
Phone: 570-544-7320
Fax: 570-544-7198