Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOURCES SOUGHT

Z -- Laboratory Equipment Fit-up Construction Contract

Notice Date
12/29/2011
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB195000-12-00914
 
Archive Date
2/14/2012
 
Point of Contact
Tung J. Nguyen, Phone: 3019756365
 
E-Mail Address
joe.nguyen@NIST.gov
(joe.nguyen@NIST.gov)
 
Small Business Set-Aside
N/A
 
Description
NIST is seeking a small business contractor for IDIQ construction (fit up) contact with specialized experience in Advanced Measurement Laboratories (AML) and class 100 cleanroom with a minimum of two projects ($100k -$500k range) with multiple trades for each in the last three years. The contractor shall have the capability of installing NanoFab equipment and NanoFab services with 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 contractor will be providing construction services in the 536,507 square feet AML Complex which is one of the most technologically advanced complex in the world, providing combined features of close temperature control, vibration isolation, air cleanliness, and power quality. The AML complex consists of five buildings (buildings 215 through 219), each with one occupiable scientific level. Two metrology buildings (buildings 218 and 219) are below grade, two physical sciences buildings (buildings 216 and 217) and a Cleanroom building (building 215, NanoFab) are located above grade. Building 215 houses 8,000 square feet of class 100 cleanroom, a multi-million dollar suite of state-of-the-art nanofabrication and nanomeasurement equipment. This equipment is selected to provide users with a high degree of flexibility with tomorrow's technologies. All of the tools within the CNST NanoFab are designed to accommodate a wide variety of materials and substrate sizes from small pieces to conventional size wafers. 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 1. The trades shall include the following types of work: a. Architectural: - Modify Portafab cleanroom panelized wall, Maxcess aluminum raised floor, and Huntair HEPA filter ceiling systems. - Modify and reconfigure I-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 CO2 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 nanomeasurement 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 (Level 1), 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..***** Interested, capable vendors/parties shall submit a capability statement in response to this Sources Sought Notice, including, at a minimum, the following: (a) Technical discussion of vendor's ability to perform the type of services described above; (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 this acquisition as a prime contractor or a subcontractor; (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. After results of this market research are obtained and analyzed for NIST's minimum requirements, NIST may conduct a competitive procurement and subsequently award a multiple award IDIQ contract. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. NIST is seeking responses from all responsible sources. Informational responses to this RFI should be submitted electronically to: Joe.Nguyen@nist.gov or by submitting it to the following address no later than the response date for this sources sought notice: ATTN: Joe Nguyen, NIST, 100 Bureau Drive Stop 1920, Bldg 301, Room A125, Gaithersburg, MD 20899-1920. THIS SYNOPSIS IS FOR INFORMATION PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB195000-12-00914/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology (NIST), Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02646894-W 20111231/111229234025-d86b275dc49a5f32b0092e374f795705 (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.