Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
MODIFICATION

54 -- Chemical Energetics Laboratory

Notice Date
6/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Dugway Proving Ground DOC, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-10-T-0018
 
Response Due
7/8/2010
 
Archive Date
9/6/2010
 
Point of Contact
Paul E. Frailey, 435-831-2587
 
E-Mail Address
Dugway Proving Ground DOC
(paul.frailey@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Service Contract w/ the following CLINS: Modular Chemical Energetics Laboratory W911S6-10-T-0018 -0001 Qty = Replace Request a non-personal service contract to build, design, install Modular Chemical Energetics Laboratory in accordance with the specifications incorporated by full test within this document. Pricing shall include, but not be limited to, material, labor, travel, shipping, general and administrative, etc. Modular Chemical Energetics Laboratory: Location is approximately 25-30 minutes from main gate to site. I.One (1) modular Chemical Energetics Laboratory with the following minimum requirements: (a)Room size 213X223X8/12. (b)Three-inch (3) load bearing walls w/ expandable polystyrene cores which shall be covered on both sides w/ painted steel. (c)Wall panels installed so they may be removed or changed to allow for growth and changing operations. (d)Four foot (4) wide doors w/ jambs, hardware and lock set. (e)Suspended ceiling grid which is capable of ensuring a seal between the filters, light, and ceiling tiles. Base materials must be extruded aluminum covered w/ white powder coat and be pre-gasketed at the factory. (f)4 plex 110V outlets located at specified locations on accompanying drawings (available upon request). (g)1 Each 2000 gallon waste water collection tank be provided and installed outside the suppressive shield building (location TBD). Tank material shall be a poly type, chemical and UV resistant. Shall be above-ground and located on concrete surface. Tank shall be integrated into the suppressive shield building waste water drainage system. (h)Tables, counters, shelving, drawers, flammable cabinets, storage cabinets in the length, number, locations, orientations, and specifications listed on drawings (available upon request). (i)Stub outs for gas, water, and sink. (j)200 gallon water tank for drain of emergency shower. (k)Cipher locks on each modular lab door. (l)Stamped engineered drawings for modular labs. (m)EXPLOSION PROOF Electrical system installation. (n)HVAC (EXPLOSION PROOF) and electrical installation on site. It should be noted that there will be 3-4 fume hoods in each modular lab that will have a minimum face velocity of 100 linear ft/min. HVAC design should take this into account. (o) Exhaust unit installation capable of supporting the number of fume hoods present in each modular laboratory (p)Modular lab on site construction and installation inside an existing building. (q)Exhaust fan hoods installed. (r)Hook up of utilities including water, gas, electrical, data, etc. (s)Air systems specifications must be able to provide for heat load of 10 personnel; maintain negative pressure of.2 inches magnahelic; and provide 10 volume air changes per hour. (t)All materials delivered to and constructed on site at SUPPRESIVE SHIELD BLDG # 8231, Dugway Proving Ground, Utah, 84022. II.Additional minimum requirements and capabilities specific to Chemical Energetics Laboratory. (a)All cabinets will be Sand/tan colored with chemical resistant surface and drawers beneath (3 ft vertical, 3 ft horizontal) and enclosed shelves above (b)Removable lab shelf, even with hoods, connects from hood to wall (approx. 2 ft) (c)Seventy-two inch (72) Chemical resistant hood (epoxy coated), 2 each service fixtures, chemical resistant hood base, 4 each plug outlet, 110 V(EXPLOSION PROOF), 2 each water outlets, sink drain, Work base included as 3 ft solvent double door cabinet and 3 ft horizontal drawers door cabinet. Hoods shall feature chemical flame spread less than 25 per ASTM E-84. Hood face velocity should be 100 linear ft/min. (d)Seventy-two inch (72)(Walk-In) chemical resistant hood (epoxy coated), 2 each service fixtures, 4 each plug outlet, 110 V(EXPLOSION PROOF), 2 EA water outlets, sink drain, plugs for air line, Hoods shall feature chemical flame spread less than 25 per ASTM E-84. Hood face velocity should be 100 linear ft/min. (e)Seventy-two inch (72) Chemical resistant hood (epoxy coated), 2 each service fixtures, chemical resistant hood base, 4 each plug outlet, 110 V(EXPLOSION PROOF), 2 each water outlets, sink drain, 3ft solvent storage double door cabinet and 3ft horizontal drawers 6. 12 counter with chemical resistant cover. Cabinets underneath, horizontal drawers. Hoods shall feature chemical flame spread less than 25 per ASTM E-84. Hood face velocity should be 100 linear ft/min. (f)All countertops will be black, chemical resistant countertop, see attached drawing for sizes. (g)2 EA Flat screen TV wall mounting bracket to accommodate 35 TV screen. (h)Removed (i)Removed (j)Sink Base w/ eyewash station on sink (include faucet). Water deionizer under sink (1 drawer size) See attached drawing for size. (k)Overhead emergency shower w/ floor drain to 200 gallon drain tank. (l)Four foot (4) door (outward swinging). (m)2 ea 72 x 30 mobile table shall be provided (n)All electrical components will comply with NFPA 70 as Class I Division I, state and local regulations. (o)Boiler for heating purposes sized to provide enough heating for two of these labs. (p)Chiller for heating sized to provide enough cooling for two of these labs. PLEASE BID HERE $____________________. (INCLUDES ALL SHIPPING/MATERIAL HANDLING CHARGES FOB DESTINATION FAR 52.247-34). -0002 Informational CLIN : Personnel Reporting System. Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within the clause section of this document. DO NOT BID ON THIS CLIN. It is informational only and not seperately priced. There is a site visit scheduled for 10:00 a.m. Wednesday, May 5, 2010. Those desiring to attend should contact Paul Frailey via email address paul.frailey@us.army.mil. Attendees should request site visit access by Monday, May 3, 2010. THIS HAS TAKEN PLACE. Please call or e-mail Contract Specialist Paul Frailey w/ all questions concerning this/these item/s @ 435-831-2587 paul.frailey@us.army.mil. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-10-T-0018. This will show all CLINS, Clauses and Contract details. Attachments to this synopsis downloaded/viewed at FedBizzOpps. Gov. search under W911S6-10-T-0018. SEE Questions and Answers in solicitation document for answers to site visit questions and questions submitted in writing by interested parties. This requirement is competed as a small business set aside per FAR 52.219-6. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-10-T-0018. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 236210 ($33.5m) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government,,Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Ditto Area, Joint Ambient Breeze Tunnel. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees, Maintenance Agreement Terms, Evaluation of Bids/Offers, Safety and Accident Prevention,. All quotes must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil or call 435-831-2587. Quotes are due no later than 2:00 pm (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday 8 July, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1ba3e266963c642c8e732c49cbc2f911)
 
Place of Performance
Address: Dugway Proving Ground DOC Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02187644-W 20100626/100624235448-1ba3e266963c642c8e732c49cbc2f911 (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.