SOURCES SOUGHT
54 -- Cleanroom enclosed structure
- Notice Date
- 5/28/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of Energy, New Brunswick Laboratory, New Brunswick Laboratory, 9800 South Cass Avenue Building 350, Argonne, IL, 60439
- ZIP Code
- 60439
- Solicitation Number
- Reference-Number-NBL14134
- Response Due
- 6/24/2002
- Archive Date
- 6/24/2002
- Point of Contact
- Kathryn Papenfuss, Financial Analyst/Contracting Officer, Phone 630.252.2459, Fax 630.252.4023, - Kathryn Papenfuss, Financial Analyst/Contracting Officer, Phone 630.252.2459, Fax 630.252.4023,
- E-Mail Address
-
kathryn.papenfuss@ch.doe.gov, kathryn.papenfuss@ch.doe.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 17(i)This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 15 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 17(ii). The request for proposal solicitation no. is 2002CH14134. 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through the issuance of Federal Acquisition Circular 2001-03. 17(iv) N/A. 17(v) N/A. 17(vi). The New Brunswick Laboratory (NBL) will purchase one filtered air enclosure with the following specifications: (i) Dimensions of the enclosure shall be 20 x 16 feet with a minimum interior height of 7 feet, maximum height is 9'. A 5 x 8 feet anteroom shall be included as an integral part of the main filtered air enclosure. The anteroom (as shown in the figure located www.nbl.doe.gov/notice7.htm) will serve as a separate room adjoining the FAB area wall to the main enclosure. The anteroom walls at the entry door will adjoin the existing building wall and door to form an airtight seal. The interior door from the anti room to the cleanroom shall be a minimum of 36" wide. The enclosure shall be free standing and supported from the floor. The framework shall be treated anodized aluminum and/or epoxy-coated steel, with vibration isolators under the support legs. The completed structure must allow for subsequent installation of fire sprinklers within the enclosure. (ii) The air particulate quality shall be Class 100 (Federal Standard 209E) or better using HEPA filters (rated >99.99% efficient for particles to 0.3 micrometer). Blower modules shall have variable-speed/multiple-speed controllers. Filter shall be accessible from the cleanroom. Blower modules shall be Envirco MAC10 or equal low energy unit with a work output rating of approximately 550 Btu/hour (voltage: 120/60/1; 1.5 amps full load). (iii) The ceiling grid shall be a conventional T-grid fabricated of coated aluminum with appropriate gaskets/seals to allow hepa filters to set properly. Ceiling blank tiles shall be comparable or better than Armstrong type 1721 with an acoustic performance NRC value of 0.55 or better. (iv) There shall be at least one clear Plexiglas (1/4" acrylic) viewing panel per wall, including Plexiglas panels in the door, to aid viewing. Panels are to be plastic-coated (aluminum) wall panels with a smoke rating (ASTM-E-84; NFPA255) of 20 or less, flame spread 0-25, and a fire rating (ASTM-E-84) value of 5 or less. Foam filled wall panels shall not be used unless they comply with factory mutual (FM) data sheet FM1-57. ALTERNATE 1: In lieu of a full height aluminum wall panel, provide an aluminum panel that is: top half Plexiglas (1/4" acrylic) for viewing and bottom half is a plastic - coated aluminum panel. (v) Fluorescent cleanroom-rated lighting fixtures and switches shall be included to produce a well-illuminated room. Four-lamp electrical ballast (T8 cool white lamps) fixtures shall be used; one in the anteroom and six in the main cleanroom. (vi) All necessary internal wiring and switches for the enclosure shall be included. Manufacturer/supplier shall provide details of electrical power requirements. A conventional device (magnehelic gauges or electronic equivalents) for monitoring air pressure within the main enclosure and anteroom shall be included. New Brunswick Laboratory will be responsible for connecting the completed unit to a disconnect tied to the main electrical power supply in the building. (vii) Air conditioning with appropriate ventilation will be included to supply a minimum of 48,000 Btu/hr heat removal while maintaining clean room conditions. The room walls must extend to the floor line, with a gasket of an appropriate material acting as an air seal. An upper ceiling and return air risers bringing air from the floor to the ceiling plenum will be included to form a clean air circulation /conditioning system. Appropriate dampers will be included to allow adjustable make-up air of between 0 and 30%. 17(vii) Delivery will be made to the New Brunswick Laboratory (NBL) located at 9800 South Cass Avenue, Building 350 (south dock), Argonne, Illinois 60439. Delivery/shipping charges of all components to NBL are FOB Destination. 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial items (OCT 2000) is hereby incorporated by reference. 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. Offerors will be evaluated on the following technical evaluation factors. 1) technical capability of the item offered to meet the Government requirement; 2) past performance (see FAR 15.304) Proposers should submit a list of reference names and telephone numbers of prior customers where a similar item was installed ; 3) price reasonableness (Price reasonableness will be evaluated in accordance with FAR Part 15) The evaluation factors are listed in descending order of importance. 17(x). Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items (Dec. 2001), with offer. 17(xi). Clause 52.212-4, Contract Terms and Conditions --Commercial Items (Dec. 2001), is hereby incorporated by reference. 17(xii). Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items (Dec. 2001) (a),(b) (8)(I)52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; (11) 52.222-21 Prohibition of Segregated Facilities (Feb 1999); (12) 52.222-26, Equal Opportunity (Feb. 1999); (24) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); (c)(5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement; (d)and (e) applies to this acquisition and is hereby incorporated by reference; the following clauses hereby incorporated by reference also apply to this solicitation and any resultant contract, 52. 203-10, (a),(b)(5),(c),(d) Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8 Utilization of Small Business Concerns, 52.222-26 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-3 Buy American Act -North American Free Trade Agreement - Israeli Trade Act - Balance of Payments Program. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are (i) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (ii) Installation of modular cleanroom and anteroom will be the responsibility of the supplier. NBL shall be responsible for wiring and final connection of electrical service. (iii) One year warranty for parts and labor. (iv) The following minimum tests (IES RP-CC-006) shall be provided following installation: filter integrity, velocity/uniformity, airborne particle count, sound, lighting, and temperature. The company shall test and provide written certification that the cleanroom meets Class 100 specifications of Federal Standard 209E and that the ante-room meets 1000 specifications of Federal Standard 209E. The testing shall be performed in the presence of NBL personnel. (v) Inside delivery to Building 350 room 144 shall take place through the South Dock receiving area by calling 630-252-2452. All items will be delivered to the following address: U.S. Department of Energy, New Brunswick Laboratory, Attn: Al Thomas, Receiving, Building 350, South Dock, 9800 S. Cass Avenue, Argonne, IL 60439 (vi) Delivery and installation of the unit will need to be coordinated with Eric Dallmann, Building Manager. Mr. Dallmann can be reached at 630-252-3340. Mr. Dallmann must be notified of any delivery or installation delays. (vii) Preservation, packaging, and packing for shipment or mailing of all items delivered hereunder shall be in accordance with good commercial practice and adequate to insure acceptance by common carrier and safe transportation at the most economical rate(s). (viii) Each package, report or other deliverable shall be accompanied by a letter or other document which: (1) Identifies the contract by number under which the item is being delivered. (2) Identifies the deliverable item number or report requirement which requires the delivered item(s). (3) For any package, report, or other deliverable being delivered to a party other than the Contracting Officer, a copy of the document required in (a) above shall be simultaneously provided to the Contracting Officer. (ix) Inspection and acceptance will take place at NBL after complete installation and certification has been completed.(x) Invoices should be addressed to the following address: Accounts Payable Division, CR-54/CHO US DOE, P.O. Box 500, Germantown, MD20874-1290 Payment for amounts invoiced will be made by electronic funds transfer. The successful vendor must complete and return the automated clearinghouse (ACH) form that is attached to this purchase order. The ACH includes the company's TIN and other electronic information. (xi) Pre-installation drawings will be provided by the company within 10 business days from the date of purchase order. Delivery of drawings will be by Federal Express or similar service with signature required. The documents will be addressed to Kathryn Papenfuss, Contracting Officer, U.S. Dept of Energy, NEW BRUNSWICK LABORATORY, 9800 S. Cass Avenue, Building 350, Argonne, IL 60439. NBL agrees to review and return the drawings within 10 business days of receipt. The contracting officer will send an order to proceed with construction notice with satisfactory drawings. (xii) A certified vendor field service engineer/service personnel will provide the following services free from additional labor, travel, and living expenses to NBL. (1) Unpack, inventory, and check modular parts for damage. (2)Assemble modular room. (3) Demonstrate to a designated NBL key person all the functions of the enclosure including but not limited to the following areas: electrical switches, lighting system, HEPA filter blower modules, along with proper care, cleaning and maintenance of installed items. (4)Demonstrate to a designated NBL key person all the functions of the air pressure-monitoring device. (5)Complete an installation and testing report. (xiii)SECURITY AND SAFETY REQUIREMENTS,All company personnel visiting or performing work at NBL shall comply with the security regulations of DOE and are required to obtain a gate pass at building 224 (Visitors Reception Center) by providing photo identification prior to entering the site of Argonne National Laboratory, Argonne, IL. The following information may be required of all personnel prior to receiving clearance to work at NBL: (1)Name of Requester (2) Country of Citizenship (3) Date of Birth (month, day, year) (4)Place of Birth (City, State, Country) (5)Date of Request (month, day, year) (6)Copy of Birth Certificate or Naturalization Document (7) Knowledge of English (fluency, speaking, reading, writing) (8)Name and Address of Employer (9)Kind of Business (Contracting, etc.) (10)Social Security Number (xiv)All contractor's and subcontractor personnel are required to attend the Argonne National Laboratory general safety training. This training is available without reservations in building 202, room E126, Monday, Tuesday, Thursday or Friday mornings starting at 7:30 AM till 9:15 AM. In addition, all contractor and subcontractor personnel shall attend a mandatory .5 hour safety seminar prepared by the NBL Building Manager prior to initiating any work. Building 350 and site environment, safety and health procedures will be observed at all times. Argonne emergency procedures of the "Dial 911" system shall be followed. The alternate emergency telephone number for non-Laboratory telephones is 252-6130. (XV)Unless otherwise determined, work and deliveries shall be scheduled during the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, only. No work will be permitted on holidays observed by Laboratory personnel. All company personnel shall go off the NBL premises during lunch. Breaks (including smoking, drinking and eating) shall be limited to an area within the NBL facility as designated by NBL. (xvi) Public telephone for off-site calls and telephone for on-site calls are available at various locations throughout the Laboratory. Off-site calls will be permitted only from the public telephone located in the building lobby. (xvii) Signs or advertisements will not be allowed in the building enclosure or on the site except as approved in writing by the Laboratory. (xviii) Parking of company or personal vehicles will be permitted only in designated parking spaces. Parking in or near the main entry way or in dock areas is prohibited. (xix) Nothing in the resulting Contract from this proposal shall be construed to permit any action, which could endanger existing equipment, facilities, or occupants. Any damage occurring in the progress of the resulting contract shall be repaired as a part of the Contract with no increase in Contract price. The company will be responsible for restoration of existing condition to the satisfaction of the Laboratory. (xx)All shut downs of electrical, water or gas service shall be scheduled at least 48 hours in advance with the NBL Project Manager. Individual shut down periods shall be approved by NBL. (xxi) A material safety data sheet (MSDS) for each hazardous material used on the job shall be submitted prior to beginning work to the NBL Project Manager. Each MSDS shall include label analysis and application instruction for each material proposed for use. 17(xv). The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated. 17(xvi). N/A. 17(xvii). One original signed and dated offer must be submitted to the U.S. Department of Energy, New Brunswick Laboratory, 9800 South Cass Avenue, Building 350, Argonne, Illinois, 60439, Attn. Kathryn B. Papenfuss, Contracting Officer on or before noon local time, June 20, 2002. 17(xviii). Contact Kathryn B. Papenfuss at (630) 252-2459. The Government will not select an offeror for award on the basis of a relatively superior capability without concern for the amount of its price. The offeror which provides the overall greatest value to the Government will be selected for award.
- Place of Performance
- Address: 9800 S. Cass Avenue, Building 350, Argonne, IL 60439
- Zip Code: 60439
- Country: USA
- Zip Code: 60439
- Record
- SN00083929-W 20020530/020528213216 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |