SOLICITATION NOTICE
66 -- Furnish and install HEPA filtered enclosures
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
- ZIP Code
- 30605
- Solicitation Number
- RFQ-034-4384-09
- Archive Date
- 9/29/2009
- Point of Contact
- Elaine J Wood, Phone: (706) 546-3534
- E-Mail Address
-
elaine.wood@ars.usda.gov
(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-034-4384-09 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-35. 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 ten HEPA-filtered enclosures for laboratory rooms - primary containment barriers for egg incubators, CO2 incubators and attached to biological safety cabinets. • CLIN 01 - Qty 2 - 15ft deep x 9ft 4in wide x 7ft tall. 4 ft entry alcove of vinyl on 2 sides with door-strip opening and connection to vinyl ceiling; use of existing epoxy coated concrete wall as 4 side barriers. • CLIN 02 - Qty 2 -14ft 10in deep x 9ft wide x 7ft tall - 4 ft entry alcove of vinyl on 2 sides with door-strip opening, and connection to vinyl ceiling; use of existing epoxy coated concrete wall as 4 side barriers • CLIN 03 - Qty 2 - 15ft deep x 9ft 8in wide x 7ft tall - 4 ft entry alcove of vinyl on 2 sides with door-strip opening, and connection to vinyl ceiling; use of existing epoxy coated concrete wall as 4 side barriers • CLIN 04 - QTY 2 - 11ft 6in deep x 9ft 10in wide x 7 ft tall - 4 ft entry alcove of vinyl on 2 sides with door-strip opening, and connection to vinyl ceiling; use of existing epoxy coated concrete wall as 4 side barriers • CLIN 05 - Qty 2 -14ft 10in deep x 9ft 9in wide x 7ft tall - 4 ft entry alcove of vinyl on 2 sides with door door-strip, and connection to vinyl ceiling; use of existing epoxy coated concrete wall as 4 side barriers. Specifications for each enclosure are as follows: • Transparent, flexible, flame retardant vinyl plastic - 16-20 mil • High efficiency particle air (HEPA) filtered air with discharge within the room. Overhead HEPA filter unit, centered in the canopy, so as not to interfere with room air inlet and exhaust which are located at the periphery. Enclosures will be attached to existing walls with sealed connections. The connections must seal around existing conduits, water pipes and fixtures. • Must be able to change HEPA filters from inside the enclosure without having to remove the entire ventilation unit. • Negative pressure construction • Non-corrosive framing to support vinyl enclosure • Overlapping plastic-strip doorway • 50 air changes per hour • Zippered access ports to allow changing of light bulbs and room filters No job showing will be scheduled. After award is made contractor should schedule a site visit to take detailed measurements. During this site visit the BSL-3 will be operational but clean; therefore contractor will be required to follow standard BSL-3 protocol (shower in-shower out). Installation will be done in three phases 4, 2 and 4 rooms available at a time and will be coordinated with USDA to be performed during scheduled maintenance shutdown or in operational BSL-3 enhanced clean decontaminated rooms during the period 2009-2010. Contractor employees doing the installation in the BSL-3 enhanced areas must be US citizens and provide photo IDs. They will be escorted by government employees at all times. Delivery will be FOB Destination to Athens, GA. Shipping charges should be included in your total price. 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. Offers will be evaluated on price and past performance. Past performance information must be provided with your quotation specifically for enclosures used as a primary biocontainment structure for handling and manipulating infectious agents within the enclosure, and the enclosures are located within BSL-2 or BSL-3 secondary biocontainment facility. Information must be provided showing at least 3 projects in the last 5 years giving contract number, description of project, value, contact name and phone number. 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. 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 and installed 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 1:00 PM EDT, September 14, 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-034-4384-09/listing.html)
- Place of Performance
- Address: USDA ARS, 934 College Station Rd, Athens, Georgia, 30605, United States
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN01939615-W 20090905/090904001049-d14357dcf0e86ca3c78fa7a1c4000c46 (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 |