Provide and install a new Polyalphaolefin (PAO) chiller system, including pumps, manifolds, distribution piping, controls, and instrumentation in Building 1513 at Hill Air Force Base, Utah.
Installation of two (2) chilled water (Fixed) PAO skid systems.
Installation of six (6) manifolds with remote HMI panels.
Crating, vacuum packing, and transportation of PAO chiller skids and manifolds.
Skid commissioning and staff training for two engineers.
Site installation of a redundant chilled water PAO system.
Installation of forty-eight (48) Quick Disconnects (QDs).
Piping must be hard or rigid stainless-steel for PAO distribution, using Swagelok fittings. Mandrel bent radiuses are required.
Contractor must provide Safety Data Sheets (SDS) for all hazardous materials used.
Contractor must provide design files (CDRL A001) and engineered, stamped designs for chillers, pumps, and piping (CDRL A001, A002).
Relocation of existing equipment requires prior notification and approval.
Contractor is responsible for work area cleanliness and waste removal.
Six manifolds are to be installed in rooms B102 (2), B200 (2), A201 (1), and A204 (1).
Each manifold must be low-profile, wall-mounted, and provide independent flow and pressure regulation.
PAO supply and return lines must connect to distribution blocks in rooms B102, B200, A201, and A204, using Parker-Eaton Aeroquip 3200 Series Aircraft Fittings/QDs.
Contractor personnel must be U.S. citizens and provide required identification for base access.
Work area must be kept clean and free from safety hazards.
A dedicated, sound-attenuated room must be constructed to house the PAO chillers.
Electrical requirements include labeling breakers, sizing wires per NEC standards, providing two Variable Frequency Drives (VFDs), and utilizing specific electrical panels (C1H2 or C1H3).
PAO distribution piping must be mounted above the drop ceiling.
Contractor must submit full design for equipment and piping network within 30 days of contract award.
Contractor shall maintain a clean work area free from safety hazards.
PAO fluid delivery: 20 GPM between 120-130 PSI at 59°F (± 3°F).
Manifold adjustment range: 0-130 PSI and 0-20 GPM.
System must have an emergency stop function.
Safety and alarm system with specific alarms for high/low pressure, high temperature, and low fluid reservoir level.
Spill and overfill alarm indication on control screens.
Variance from user-specified temperature tolerance.
Alarm conditions must be resettable and silenced.
Ability to view PAO and chilled water pressures and temperatures, and flow rates.
Safety and alarm system must distinguish and log alarms.
Chiller skid equipment must have internal, drainable spill and leak containment.
System must continuously separate water from PAO fluid using a filter.
Pro-Press fittings are not allowed.
Flow velocity calculations must be provided.
Chiller system and pumps must be braced for earthquakes and installed on seismically engineered support structures with spill containment.
Chiller system must have expansion capability for future upgrades.
Aerospace grade fittings (Eaton Aerospace or approved equivalent) required for connections/disconnections.
Flexible 1” stainless steel braided lines to each sensor manifold node.
Ball valves at every manifold supply and return line.
Chiller and pump installation at the same level as the raised floor.
Pumps controlled from a single location (room B100).
System must have shoring and a drainable oil splash basin.
Pressure regulator at each manifold.
Contractor must comply with Intelligence Community Directive (ICD 705), Joint Special Access Program Implementation Guide (JSIG), and National Security Council Instruction (NSCI) 7700.
Special Access Program Facility (SAPF) penetration limits and fire caulking requirements.
Blue OR Green Shielded Category 6 plenum grade copper data cable for communication.
Emergency "E-stop" buttons must be copper transmission lines.
All services must have identifiable labels.
Cables run in metal conduit.
Conduit penetrating SAPF wall must be surface mounted with nonconductive material.
Contractor shall provide a full technical documentation package, including building modifications, equipment lists, fabrication drawings, general arrangement drawings, grounding details, instrument locations, layouts, maintenance manual, panel drawings, piping details, red line drawings, user's manual, and wiring diagrams.
Drawings/details submitted within 30 days after award in AutoCAD .dwg and/or .pdf format.
Equipment Technical Manual (CDRL A001) required.
Statement of Volatility Worksheet required for electronic components.
Prohibited items onsite: cell phones, Bluetooth devices, Wi-Fi devices, personal electronics, wireless transmitters, cameras, and computers. Photography is prohibited.
Piping warranty against leaking for five (5) years after Government inspection and acceptance.
Ceiling damage repair using equivalent materials.
Electrical: Label breakers, size wires per NEC, provide VFDs, use specific panels, preferred motor voltage 480 VAC, control systems on dedicated breaker, cabling in EMT conduit, copper wiring with non-conductive break.
General: Construct overflow basin, mount PAO piping above drop ceiling, submit design within 30 days of award.
Mechanical Room: Construct sound-attenuated room, specific wall construction (6-inch metal studs, 5/8-inch drywall, R-21 insulation), STC rating of 45 for walls and doors, accommodate PAO chillers passage, paint to match existing aesthetic, modify raised floor and grid ceiling.
Chiller Support and Containment: House support and isolation stands, include containment pan, accommodate filter unit, match raised floor height, in-fill around stands.
Lighting: Adjust existing, supplement with additional fixtures, provide dedicated switch.
Paint/Finish: Repair damage using primer and paint, match existing.
HVAC: Utilize existing chilled water system, insulate chilled water and PAO piping.
Plumbing: Direct overflow drain line to separate catch, propose alternate solution if space is insufficient.
Demolition: Remove relocated material/equipment in an orderly manner.
Preventative Maintenance: Provide scheduled maintenance, hotline support for unscheduled maintenance, software/hardware upgrades at government discretion, on-site support within 3 days for complex issues, report deficiencies.
On-going maintenance: Provide detailed maintenance, test, and calibration results in hard and soft copies.
Maintenance Schedule: Every three (3) months, every six (6) months, every twelve (12) months.
Spares: Recommend and furnish appropriate spares, including part numbers.
Place of Performance: Building 1513, Hill Air Force Base, UT.
Period of Performance: 365 days after contract award.
Contractor personnel must be U.S. citizens and undergo security screening for base access.
All work must comply with applicable codes and standards (UFC, IBC, NFPA, NEC, ASHRAE, AWWA, etc.).
Special Access Program Facility (SAPF) requirements must be followed.
Contractor must provide a list of all personnel performing work within 30 days of award.
Contractor must adhere to Federal holidays observed by the government.
Travel requires prior approval by the COR.
Contractor shall not perform inherently governmental functions.
Quality Control: Develop and implement a comprehensive inspection system.
Government Provided Service Plan: A generalized projected service plan will be provided.
Contractor Performance Assessment Reporting System (CPARS) applies.
Government Inspection: Contractor performance subject to COR surveillance.
Qualification Reviews: Government reserves the option to audit contractor personnel qualifications.
Program Manager (PM) provides oversight.
Contracting Officer (CO) designates individuals to direct/redirect efforts or modify the contract.
Contracting Officer's Representative (COR) monitors, evaluates, and reports contractor performance.
Appendices include Acronyms and Abbreviations, Publications/Instructions, and Drawings/Images.