Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOLICITATION NOTICE

99 -- WEIGHING FACILITY at RTP

Notice Date
12/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-09-10182
 
Response Due
1/13/2009
 
Archive Date
2/12/2009
 
Point of Contact
WILLIAM M. YATES, Contract Specialist, Phone: 51-487-2055, E-Mail: yates.william@epa.gov<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 236210, this is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation 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. The solicitation is being issued as a Request for Quote (RFQ) and is designated as full and open competition. The U.S. Environmental Protection Agency (EPA), National Risk Management Research Laboratory (NRMRL) of the Office of Research and Development (ORD) in Research Triangle Park (RTP), under the Simplified Acquisition Procedures (SAP) of the Federal Acquisition Regulations (FAR) Part 13, on a fixed price basis, intends to procure the following item: a weighing facility in which to measure particulate filters in compliance with 40CFR1065.190, 40CFR1065.195, and 40CFR86.1312-2007 and which can be placed in a designated area within the high bay building at Research Triangle Park, NC. The weighing facility shall comply with the specifications listed below. A.MINIMUM GENERAL SPECIFICATIONS: The Weighing Room shall meet the following specifications:1) Structurea) Design Intro ? a one-story, ISO Class 6 clean room approximately 10? x 14? in exterior dimensionsi) Placed in a conditioned warehouse space with a concrete floor(1) A door to the outside is located approximately 25 feet from the weighing room.(2) Vendor warrants the ability of the weighing to function correctly when this door is opened and shut for five minutes. ii) Utilities brought by US EPA to within five feet of vendor equipmentiii) Primary objective: PM2.5 filter weighing to 0.l microgram resolutioniv) Airflow designed to best accommodate weighing application, including automated weighing v) Mechanical equipment to be placed on the mezzanine above the room or located adjacent to the room. If the latter is selected, an additional 6? x 10? footprint will be available.vi) The specification does not include furnishings (e.g., marble table) or equipment (e.g., microbalance, conditioning racks, etc.) for conductingfunctions (e.g., filter weighing, conditioning, etc.) within the laboratory b) ISO Class 6 Cleanroomi) Cleanroom shall be constructed in such a way as to maintain positive pressure relative to exterior conditionsii) Cleanroom shall be constructed with an airtight seal around the entire exterior ? wall panels, floor, and top of plenumiii) Cleanroom shall be 8? high from floor to ceiling panelsiv) Plenum is 2? high from panels to ceiling across the entire ceiling. v) Surface Walls(1) Wall panels shall be three inches thick with an insulated core, rated R-11(2) Wall surfaces facing into the environmental room shall be painted steel(3) Wall surfaces facing the outside unclassified area shall be painted steel(4) Wall studs shall be steel finished with a baked enamel paint(5) All walls to be white in color unless otherwise specified vi) Floor(1) Existing concrete floor shall be excavated(2) An isolation pier, approx. 10? x 14? shall be poured to bedrock or such depth as will provide adequate isolation for particulate filter weighing in compliance with the aforementioned provisions of the CFR.(3) This pier shall be designed so that the room walls are outside the pier and all items inside of the laboratory are on the isolation pier(4) A laboratory-style vinyl sheet flooring shall then be installed. vii) Laminar Airflow Plenum(1) Airflow shall be laminar ? vertically downward from ceiling plenum(2) Plenum shall be composed of non-corrosive and noncombustible material(3) Plenum base supported by a 2? x 4? grid system for lay-in plenum panels and fluorescent light fixtures(4) Not more than 40% open area in plenum panels(5) Plenum panels shall be constructed of steel with a baked enamel surface(6) Per 40 CFR 1065 air flow shall be limited to a rate of 0.05 m/s viii) Airlock Room(1) Airlock room shall have one door as an entrance from the ambient area and one door to enter the environmental room(2) Dimensions of airlock room shall be 4? x 6?(3) Airlock room shall be contained inside the overall dimensions of the 10? x 14?(4) Airlock room shall have ductwork supplying pressurized air that has already passed through the air filtration system and is maintained at a slightly higher air pressure within it as compared to the adjoining unclassified area ix) Windows(1) Environmental room shall have one window, approx. 4? wide x 3? tall(2) Window shall be made with ?? tempered safety glass(3) Window frame shall be aluminum(4) Bottom sill shall be mounted approximately 40? up from floor(5) Location of window to be chosen by client x) Electrical(1) A minimum of four Standard Duplex 110-120V outlets shall be placed in the weighing room for laboratory usage. xi) Doors(1) There shall be two standard doors total(2) Door construction shall be steel(3) Doors to occupied spaces shall have a standard door window mounted in the upper half of the door with a viewing area no less than 20? x 26?(4) Each standard door and frame shall be finished with a baked enamel paint that allows it to be scrubbed(5) Doors shall be equipped with metal knobs and locksets xii) Fire Suppression(1) Sprinkler system or fire suppression system not supplied by vendor. (2) Vendor will make design accommodations per the EPA?s directive to allow the EPA to provide the sprinkler system or fire suppression.(3) Basic coordination drawings for the sprinkler or fire suppression system drawings will be provided by vendor. 2) Environmental Control of RoomThe room environment shall satisfy all of the requirements of 40CFR1065.190, 40CFR1065.195, and 40CFR86.1312-2007.a) Temperaturei) Temperature shall be maintained at a set point of 22?C, with no greater than +1?C variation b) Dew Pointi) Dew point shall be maintained at a set point of 9.5 ?C, with variation no greater than + 1?C c) Filtrationi) Airflow for the cleanroom shall be designed using an ultra low penetration air (ULPA) filtration system, removing 99.9995% of particles of size 0.3 microns or greater.ii) Airflow design shall maintain a positive air pressure within the ISO Class 6 room relative to the adjacent area.iii) Air returns shall be incorporated into the wall panels to maximize area efficiency and to further thermally insulate the walls.iv) Air returns shall be located in such a way so as to maximize balance performance (e.g. placed on an opposite wall) d) Control Processi) Control of both temperature and humidity equipment shall be accomplished through vendor?s proprietary software, including control algorithms that have been designed to maximize vendor?s ability to control environments. e) Included Hardware(1) Temperature Monitor shall be NIST-traceable, with the following specifications:(a) Resolution = 0.01? C(b) Accuracy = 0.1? C (2) Relative Humidity Monitor shall be NIST traceable, with the following specifications:(a) Resolution = 0.1% RH(b) Accuracy = 1% RH(c) Dew point calculations shall be made from temperature & RH readings (3) Computer system to monitor environmental conditions(a) Pentium IV class(b) Win XP Pro or Vista operating software(c) 17? monitor(d) 1 GB RAM or greater(e) 56K modem(f) Ethernet card(g) Four channel DAQ card(h) RS232 serial port(i) Keyboard, mouse f) Softwarei) PC Ethernet network-capableii) Real time monitoring of environmental data (temperature & RH) updated once per minuteiii) Offsite remote connection to environmental room?s PC for monitoring and control of environmental parameters from vendor?s home offices, if approved by owner iv) Password security at two levels(1) Administrator level allows access to changing all parameters as well as viewing and printing all data(2) General user level allows access to view and print data, but does not allow access to change parameters v) Graphical interface of environmental data (i.e. temperature and RH data)(1) Graph display of Environmental data for date(s) chosen(2) Default will show the present date?s data since midnight(3) Historical data from more than one date may be selected to be displayed.Up to 30 consecutive days of data shall be able to be selected and displayed on one graph(4) Zoom feature to pinpoint and display a single data value and its timestamp on each graph(5) Overlay data feature to display temperature or relative humidity data for two or more days on the same graph(6) Variable statistics ? statistical process controls(a) Provide and display calculation of daily standard deviations, maximums, minimums, and means for all environmental data (7) Customizable limits ? the defined operating ranges for both the temperature and relative humidity(a) The chosen limits shall be shown on the graphs(b) The limits can be chosen by the Administrator(c) On-screen out of limit indication, such as a flashing warning message The following provisions of FAR apply: (The full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far)52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Offeror to include a completed copy of the provision at 52.212-3 and complete Online Representations and Certifications Application (ORCA)http://orca.bpn.gov), and FAR 52.212-4 Contract Terms and Conditions - Commercial Items, apply to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance of Payments Program - Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration. The Clause at FAR 52.212-2, Evaluation Commercial Items applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ?compliance with solicitation requirements,?technical capability of the item offered to meet the Government requirement;?past performance?ability to complete the project in a timely manner?price This procurement is based on best value to the government. Technical capability, past performance, technical excellence, management capability, and prior experience when combined, are more significant than price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 1. ORGANIZED SITE VISIT: Site Visit: A site visit will be held for offerors to view the EPA facilities (name of facilities) at RTP on (January 5 -7, 2009 at 10:00 am.)Please contact the Contract Officer to register including attendees names. 1. TECHNICAL CAPABILITIES: Offeror shall provide documentation in sufficient detail to demonstrate the product capabilities in meeting or exceeding the stated requirements in the Specifications. 2. PAST PERFORMANCE: Offeror shall demonstrate performance during the last five years on contracts and/or subcontracts which are similar in scope, to that which is anticipated in the statement of work or specifications as applicable. Offeror shall demonstrate this performance by: 1) Listing all contracts and/or subcontracts completed during the last five years, 2) Listing all contracts and/or subcontracts currently in process, and 3) Include the following information for each contract and subcontract listed: (a) Name of government agency/organization/company. (b) Brief description of contract or subcontract and relevance to this requirement. (c) Total contract value. (d) Period of performance. (e) Government Agency/Company point of contact, telephone number, and E-mail address (if available). 3. SCHEDULE: Offeror shall propose a schedule with intermediate milestones for completion of each phase of the scope of work. A determination not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Point of Contact for this requirement is William M Yates, Contracting Officer, at (513) 487-2055, or via e-mail at yates.william@epa.gov. Any firm that believes it is capable of meeting EPA's requirement stated herein may submit a proposal, which if received by the response date of this announcement will be considered. Responses to this solicitation must be in writing. The proposal shall include a breakdown of the total price that includes any fabrication, any installation, any shipping, any acceptance testing, and warranties. All proposals received in response to this posting will be evaluated based on Best Value. All interested parties may identify their interest and capability of meeting EPA requirements by submitting technical documentation along with their cost proposal to William M Yates, Contracting Officer, by e-mail to yates.william@epa.gov or at the following addresses: via U.S. Mail via Courier or Hand-Carried Delivery USEPA CPOD USEPA CPODWilliam M. Yates, Contracting OfficerAttn: William M. Yates, Contracting OfficerMail Code: NWDSuite 300, 3rd Floor26 West Martin Luther King Drive 4411 Montgomery RoadCincinnati, Ohio 45268Norwood, Ohio 45212 The technical documentation must establish that the Weighing Room to be provided meets all requirements. Technical proposals must be submitted to William M Yates by 4:00 PM, January 13, 2009 in order to be considered by EPA. Questions must be submitted in writing to William M Yates via e-mail. Telephone queries will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09f47a3d9ed515695d6a02561710059a&tab=core&_cview=1)
 
Place of Performance
Address: 109 TW Alexander Drive Durham, NC<br />
Zip Code: 27709<br />
 
Record
SN01721128-W 20081220/081218215238-09f47a3d9ed515695d6a02561710059a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.