Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

66 -- Furnish and install HEPA filtered enclosures

Notice Date
2/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, Georgia, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-006-4384-09
 
Response Due
2/24/2009
 
Archive Date
3/11/2009
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
 
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, 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. Solicitation number RFQ-006-4384-09 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-30. This procurement is a total small business set aside. The NAICS code applicable to this procurement is 339999 with a small business size standard of 500 employees. USDA ARS SEPRL has a requirement for furnishing and installing seven HEPA-filtered enclosures for animal rooms – primary containment barriers over existing necropsy tables. •CLIN 01 – Qty 1 – (room 3) 5ft deep x 6.5 ft wide x 7ft tall – vinyl front with door slit opening, 2 vinyl sides, vinyl ceiling and use of existing epoxy coated concrete wall as back barrier. •CLIN 02 – Qty 1 – (room 4) 9 ft deep x 12 ft wide x 7 ft tall - vinyl front with door slit opening, one vinyl side, vinyl ceiling with zipper to access room air intake duct and use of existing epoxy coated concrete wall as back wall and one side wall barriers •CLIN 03 - Qty 3 – (rooms, 5,6,7) 4ft deep x 7 ft wide x 7ft tall – vinyl front with door slit opening, 2 vinyl sides, vinyl ceiling and use of existing epoxy coated concrete wall as back barrier •CLIN 04 – Qty 1 – (room 8) 5ft deep x 7 ft wide x 7ft tall – vinyl front with door slit opening, 2 vinyl sides, vinyl ceiling and use of existing epoxy coated concrete wall as back barrier •CLIN 05 – Qty 1 – (room 9) 5ft deep x 6.5 ft wide x 7ft tall – vinyl front with door slit opening, 2 vinyl sides, vinyl ceiling and use of existing epoxy coated concrete wall as back barrier Specifications for each enclosure are as follows: Transparent, flexible, flame retardant vinyl plastic – 16 mil High efficiency particle air (HEPA) filtered air with discharge within the room. Enclosures will be attached to existing walls with sealed connections. The connection must seal around existing conduits, water pipes and fixtures. Negative pressure construction Non-corrosive framing to support vinyl enclosure Overlapping plastic-covered doorway Minimum of 50 air changes per hour with option for reduction in air changes on the 9x 12 enclosure to reduce the air changes to 15 per hour. Installation must be done in two phases, 3 and 4 rooms available at each time in operational ABSL-3 enhanced clean decontaminated rooms only. Contractor employees doing the installation in the BSL-3 enhanced areas must be US citizens. They will be escorted by government employees at all times. Advance coordination for installation must be made with USDA ARS. Provide delivery time frames in proposal. Delivery will be FOB Destination to Athens, GA. The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available at http://www.ccr.gov/. The CCR Customer Assistance Center can be contacted toll free at 1-888-227-2423. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. The contracting officer will make award based on price and price-related factors. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items, with its proposal. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Payment. (Add the following narrative.) (6) Payment through Purchase Card. Payment will be made through the Government Purchase Card (VISA). When the order is issued, and upon submittal of written evidence by the vendor that the item has been shipped, the Contracting Officer will provide information concerning how the vendor may charge that card. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses cited in 52.212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.225-3; 52.232-34. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses [pricing, descriptive literature, copy of standard commercial warranty, and provisions identified in paragraph above] are due by the close of business on February 24, 2009, at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). Point of contact for this acquisition is Elaine Wood, Contracting Officer, (706) 546-3534, fax (706) 546-3444.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d88791c411ebeb1ef5d0db47f55a5302&tab=core&_cview=1)
 
Place of Performance
Address: USDA ARS SEPRL, 934 College Station Rd, Athens, Georgia, 30605, United States
Zip Code: 30605
 
Record
SN01746673-W 20090211/090209215700-d88791c411ebeb1ef5d0db47f55a5302 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.