Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

Y -- NanoFab Construction Sources Sought - Sources Sought

Notice Date
12/13/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
18-00853
 
Archive Date
1/4/2018
 
Point of Contact
Joshua Alderoty, Phone: 3019755867, Teresa Harris, Phone: 301-975-8029
 
E-Mail Address
joshua.alderoty@nist.gov, Teresa.Harris@nist.gov
(joshua.alderoty@nist.gov, Teresa.Harris@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT The following proposed contract action is for a contract with the Department of Commerce, National Institute of Standards and Technology (NIST) in Gaithersburg, MD 20899. Notice # - 18-00853 Solicitation Title: Clean Room Construction Contract NAICS Code: 236220 with a Size Standard of $36.5 Million **** Contractor Team Arrangement and Joint Venture entities are encouraged to responded to this source sought. **** NIST is seeking a small business contractor for IDIQ construction service (fit up) contract with specialized experience in class 100 cleanroom with a minimum of two projects ($50k­$500k range) with multiple trades in the last five years. The contractor shall have the capability of installing NanoFab equipment and NanoFab services within an active laboratory while research is being conducted in the adjacent area. All NIST contract awards require the contractor(s) to have an experience modification rating (EMR) of 1.0 or less to be considered for contract award. The prime contractor will be providing construction services for one of NISTs buildings which houses 8,000 square feet of class 100 cleanroom. The cleanroom is a multi-million-dollar suite of state-of-the-art nanofabrication and Nano measurement equipment. The nanofabrication equipment requires high purity process gases which can be Toxic from a process gas distribution system consisting of gas cabinets, valve manifold boxes, gas panels, and toxic gas monitoring system. The contractor shall have the capability of supporting facility upgrades and modification to accommodate rapid changes in technology equipment and facility. Visit the following link to see the typical equipment this contract will be installing. http://www.cnst.nist.gov/nanofab/nanofab_equipment/equipment_list.html This is a Sources Sought ONLY not a Request for Proposals (RFP) and does not commit the Government to award a contract now or in the future. The purpose of this synopsis is to identify organizations with the requisite qualifications to provide the services stated herein. All business organizations (SB SDB, Large, WOSB, HUBZone, VOSB and SDVOSB) are encouraged to respond to this notice. Interested, capable vendors/parties shall submit a capability statement in response to this Sources Sought Notice, including, at a minimum, the following: **** Business Teamin and joint ventures are encouraged to response to this source sought. Business Teaming and Joint Ventures shall provide capability statement based on the team's capability and provide each team member's role and responses to the following.**** (a) Technical discussion of vendor's ability to perform the type of services described below; (b) Name of Company-include a contact person's name, telephone number, and email address; (c) Company Address; (d) Company Size (please specify as either-Large, Small, Small Disadvantaged, Woman Owned Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, 8(a), Hubzone Small Business) or other; (e) Identify whether you are interested in performing this acquisition as a prime contractor, Contractor Team Arrangement or a Joint Venture. (f) Identify standard commercial terms and conditions typically associated with these services; (g) Describe experience and past performance with similar types of requirements of similar scope and magnitude and whether they were performance-based (with contract number, Government agency name and address and contract funded amount; (h) Identify existing or potential pricing structure in support of this type of work; (i) Identify qualifications of technical and management personnel; and (j) Identify and clearly mark any proprietary processes or data. (K) The Contractor Teaming or Joint Venture entity as a "team" shall state the dollar amount of the requirements they performed in a laboratory environment within the last 60 Months. Capability statements shall demonstrate if the Prime contractor has experience working in a class 100 cleanroom with the following: 1. a. Architectural: -Modify Portafab cleanroom panelized wall, Maxcess aluminum raised floor, and Huntair HEPA filter ceiling systems. - Modify and reconfigure - line panelized wall and drywall systems. - Installation of metal strut shelving and rack systems. -Installation of anti-static welded seamless sheet flooring, acoustical sound absorbing panels, and painting of metal wall and drywall systems. b. Electrical: -Install toxic gas monitoring equipment and interlock with gas distribution and fire alarm systems. - Install power equipment, raceway, and wiring to the laboratory, cleanroom, and equipment. -Install fire alarm equipment and interface with existing system. - The installation shall be incompliance with the National Fire Protection Association and SEMI standards. c. Mechanical: -Install services: compressed air and nitrogen with oxygen grade tubing and components, ultra-pure nitrogen tubing and components, ultra-pure water piping type PVDF fusion welded joints and components to meet ASTM D-5127- 2007 electronic grade E1.2 specifications, Fire suppression C02 gas and wet system. Acid fusion drain piping and components. CAP II Grade water distribution system fusion welded joints and components, vacuum, chilled water supply and return, Acid fusion drain piping and components. d. Heating Ventilation Air Conditioning (HVAC): -Install and modify ductwork with temperature, humidity, and balancing controls for supply air, solvent exhaust, acid exhaust and exhaust to SMACNA ductwork construction standards. The controls consist of Alerton Direct Digital Control programming support and native BacNET components. e. Air Balancing: - Independent Testing and Balancing Agent member of the Associated Air Balance Council (AABC) or National Environmental Balancing Bureau (NEBB). 2. The contractor shall have construction experience installing nanofabrication and nano-measurement equipment and facility services to Semiconductor Equipment and Materials International (SEMI) standards for Semi­ conductor industry and National Fire Protection Association (NFPA) codes. The project's specialized installation shall include single and coaxial stainless-steel tubing orbital welding of process gas lines, helium leak checking of process tubing, toxic/pyro phobic gas line certification for leaks, particle, and purity, toxic gas monitoring additions or modifications, Electronic Grade Ultrapure Water distribution additions or modifications, process gas distribution system with semi-automatic Valve Manifold Boxes (VMB) and gas cabinets. a. Process tubing orbital welding installation and inspections shall be in compliance with SEMI 78, SEMI F81, and ASME B31-3. b. Process leak checking is tested with SEMI F3, ASTM E493, ASTM E498, and ASTM E499 standards. c. Purity test of process piping is tested with recommended methods and standards by SEMI standards. d. The installation is incompliance with NFPA 318 to provide reasonable safeguards for the protection of facilities containing cleanrooms from fire and related hazards. e. A toxic gas monitoring (TGM) system by Precision Technology is provided for Bldg. 215. The toxic gas monitoring system includes sensors, analyzers, local pushbuttons and notification devices, control logic functions, and a central system display to monitor, alarm, and provide automatic response to toxic or flammable gas leaks. The system is designed to monitor potential leak sources in the Subfab (Basement Level), Cleanroom (Level1), and HPM Cutoff Room. f. The Electronic grade ultra- pure water piping type PVDF fusion welded joints and components to meet ASTM D-5127- 2007 electronic grade E1.2 specifications. g. The process gas control equipment is to be compatible with Precision Flow Technology valve manifold boxes and Matheson Gas distribution gas cabinets. NOTE: The total number of pages to reply to this source sought shall not exceed 12 pages double sided and shall be submitted via e-mail to Josh Alderoty at joshua.alderoty@nist.gov. No other capability statements will be accepted. NOTE: All vendors must be registered in SAM for contract award. www.sam.gov Once the results of this market research are obtained and analyzed for NIST's minimum requirements, NIST may solicit a competitive procurement and subsequently award a multiple award IDIQ contract. Stay tuned to www.fbo.gov for all future contract announcements from NIST. No phone calls will be accepted for this notice. All questions may be addressed to Josh Alderoty at joshua.alderoty@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/18-00853/listing.html)
 
Record
SN04765694-W 20171215/171213231205-ce7880651aceb79527d097a21f4f1e89 (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.