Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2014 FBO #4593
SOLICITATION NOTICE

99 -- ACID SCRUBBER REPAIR

Notice Date
6/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
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
NB193000-14-00633-01
 
Archive Date
7/18/2014
 
Point of Contact
Prateema E. Carvajal, Phone: 301-975-4390, Brian K. Johnson, Phone: 3019758173
 
E-Mail Address
prateema.carvajal@nist.gov, brian.johnson@nist.gov
(prateema.carvajal@nist.gov, brian.johnson@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT SHALL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 333413 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quote. *** 1352.215-72 INQUIRIES (APR 2010) Offerors shall submit all questions concerning this solicitation in writing to both the Contract Specialist (prateema.carvajal@nist.gov) and the Contracting Officer (Brian.Johnson@nist.gov). Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. Site Visit: A SITE VISIT shall take place on Thursday, June 26, 2014 at 10:30 am Eastern Time. The site visit shall begin promptly at 10:30 am. Attendees must be on-site at NIST by 10:30 am. The site visit shall allow offerors to view the acid scrubber. Potential offerors are strongly encouraged to attend the site visit. In no event shall failure to attend the site visit constitute grounds for a claim after contract award. Attendees shall convene at NIST, Building 202, Entrance Area, 100 Bureau Drive, Gaithersburg, MD 20899. Site Visit Security Requirements: Because of heightened security, Offerors who are planning to attend the site visit shall e-mail their intention to attend to Prateema Carvajal, Contract Specialist, at Email: prateema.carvajal@nist.gov, not later than 12:00 pm on Monday, June 25, 2014, with the following information: 1. Company Name 2. Names of all individuals attending the site visit 3. Country of Citizenship of all individuals attending the site visit* For Non-US Citizens, the following additional information will be required: 1. Title 2. Employer/Sponsor 3. Address Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each offeror to register for the site visit. Offerors must pick up a Visitors Badge at the Visitors Registration Center located at the Main Gate (Gate A), off Bureau Drive). Please ensure all individuals bring photo identification or they will be denied access to the facility. Background Information: NIST is currently using an Acid Scrubber, manufactured by MetPro Corporation, Duvall Division that removes acid fumes from the hood fans. All responsible quoters shall provide a Firm-Fixed Price quotation for the following: Line Item 001: To supply and install a new internal mist eliminator and packing material to an existing Acid Scrubber, model number: Modified F105-123 Self Contained, manufactured by MetPro Corporation, Duvall Division. Service shall include and not limited to the following: Clean and disinfect the entire structure, removal of old packing, mist eliminator and getting the unit back in working order. The contractor shall test the unit for proper operation and shall include the test method and cleaning method in the quote. Line Item 0002: Safety Plan Specifications of Acid Scrubber: Model Number: Modified F105-123 Self Contained, manufactured by MetPro Corporation, Duvall Division SCRUBBER OPERATING PARAMETERS: Stage j_ Pressure Drop, iwg 2-2.5 Evaporation Rate, gph 120 Water Make-Up Rate, gph 180 Overflow Rate, gph 60 Recirculation Rate, gpm 384 Chemical Additives NaOH % W/W Stock Solution 20 Chemical Addition Rate, gph 7.5 Operating pH 9-10 EQUIPMENT SCOPE OF SUPPLY A. Packed Bed Scrubber, Stage 1 Model Number- F105-123S Flow Configuration - Crossflow Construction- Type II White PVC Y-1" Cross Section - 123" x 73" Liquid Distributor-Spray Nozzles Bed Depth - 60" Type of Packing- 2" Hi-flow, PP random dumped Mist Eliminator - Blades Inlet/Outlet Transition - (2) Included Recirculation Pump - (2) SMVC-90-5.75, 7 12 HP each pump 50% capacity Seal Water Assembly - vertical sealless Recirculation Sump or Tank - self contained Overall Height - approximate!y 9.5' Reinforcing Ribs- T-Bar with steel reinforced for 6" w.c. vacuum Support System - coated steel base B. Chemical Feed System- Mounted with scrubber Caustic Pump - (1) Storage Tank- (1) 300 gallon PVC with paddle mixer C. Instrumentation pH Probe/Analyzer(s)- (1) with pre-amp I (1) in control panel Freshwater Flowmeter(s) - (1) RMC-144-SSV Pressure Gauge(s) - (3) 0-30 & (1) 0-60 psi liquid filled with gauge guard Magnehelic(s) -(1) High Liquid Level Switch(es)- (1) Low Liquid Level Switch(es) - (1) Liquid Level Control- (1) Temperature Sensor(s)/Controller(s) - (2) Solenoid Valve(s)-(1) W' (1) 1"- PVC Sump Heater(s)/Controller(s)- (1) D. Control Panel - Pre-wired and skid mounted NEMA Rating-(4) Fused Disconnect - provided Control Voltage Transformer - provided Recycle Pwnp Starter(s)- (2) 7 12 HP 460V/3 pH/60Hz. Sump Heater Relay(s) - (1) HOA 7 12 HP 12 Kw 460V/3 pH/60Hz. Timer Relay(s)-(1) Adjustable for drain solenoid valve closure Solenoid Relay(s) - (1) for fresh water, (1) for drain water (1) for pH pH/ORP/Conductivity Out-of-Range Alarm(s)- (1) pH with Auxiliary Contacts Low/High Liquid Level Alarm(s)- (1) Low/(1) High with Auxiliary Contacts Recycle Pump- Chemical Pump lnterlock(s) - (1) Provided Low Sump Liquid Level- Recycle Pump Interlock(s)-(2) Provided Low Sump Liquid Level- Sump Heater Interlock(s) -(1) Provided On Low Temperature and Pumps shut down - open drain solenoid valve. BASIS OF DESIGN Process Requiring Controls: Unknown Location of Control Equipment: Outdoors No. of Control Stages: One Stage 1: Cross Flow Packed Bed Scrubber GAS CONDITIONS: Flow Rate, ACFM Temperature, °F Relative Humidity, % Bulk Gas Composition Inlet 30,130 ambient <100 Air Outlet 30,130 ambient 100 Air CONTAMINANT INLET OUTLET HF Assume 75 PPMV Max. 1.5 ppmv Overall Eff is 98% EQUIPMENT PERFORMANCES: All representations of equipment performance indicate an expected level of treatment efficiency based upon the process conditions provided by others. If specific performance guarantees are required, they can be provided, if specific inlet conditions are guaranteed to be accurate. STATIC PRESSURE- The external static pressure for the proposed system has been estimated and may vary depending on actual field. Drawings: See attachment entitled, drawing numbers 5642-1 through 5642-6. Delivery terms shall be FOB Destination. The contractor shall deliver all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation Evaluation will be based on the following criteria: 1) Technical capability factor "meeting or exceeding the requirement" and 2) Past Performance, and 3) Price. When combine, price will be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: Quoted price shall be evaluated for reasonableness. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past two (2) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1. Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) Inspection will be done at the NIST facility. All minimum specifications shall be successfully demonstrated. The full text of a CAR provision or clause may be accessed electronically at http://farsite.hill.af.mil/vfcara.htm 1352.201-70 Contracting Officer's Authority; 1352.209-73 Compliance with the laws; 1352.209-74 Organizational conflict of interest 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: BRIAN JOHNSON, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-13 SAM 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28, Post-Award Small Business Program Re-Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor policy to ban text messaging while driving; 52.225-3, Buy America -Free Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001 and 0002;2) An original and one (1) copy of the technical description and/or product literature including test method and cleaning method; 3) An original and one (1) copy of the most recent published price list(s); 4) Country of Origin information for the line item (parts). Acceptance of terms and conditions (addendum to FAR 52.212-1(b)(11): This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that shall include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government shall accept the quoted price. However, the terms and conditions stated herein shall be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 12:00 PM, EST, on July 3, 2014 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B162, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Prateema Carvajal. Fax quotations shall not be accepted. Email quotations shall be accepted at Prateema.carvajal@nist.gov. Offeror's quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be provided to Prateema Carvajal, 301-975-4390.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB193000-14-00633-01/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03402034-W 20140622/140620235537-bf3ace4f21afe3a8212c513e7064affc (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.