Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
MODIFICATION

41 -- -20 Degree C Walk-In Freezer

Notice Date
7/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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
SB1341-14-RQ-0344
 
Archive Date
8/20/2014
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 003 THE PURPOSE OF THIS AMENDMENT IS TO CHANGE THE DUE DATE FOR QUOTATIONS IN ACCORDANCE WITH AMENDMENT 003. ALL QUOTATIONS MUST BE SENT TO CAROL.WOOD@NIST.GOV. END OF AMENDMENT 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 WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75 effective June 24, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 750 employees. The non-manufacturer rule has been waived by the Small Business Administration for this NAICS code. This procurement is being competed 100% set-aside for small business without consideration of the non-manufacturer rule. LINE ITEMS All interested quoters shall provide a quote for all of the following line items: LINE ITEM 0001: Quantity of one each walk-in freezer including installation and acceptance testing in accordance with all requirements identified herein; LINE ITEM 0002: Quantity of one (1) disassembly and relocation of existing NIST owned freezer in accordance with required specification 14; BACKGROUND The National Institute of Standards and Technology's Office of Reference Materials provides customers with the means to obtain NIST Standard Reference Materials® (SRMs), Calibration Services, and Standard Reference Data. These materials are used to perform instrument calibrations as part of overall quality assurance programs, to verify the accuracy of specific measurements, and to support the development of new measurement methods. To provide some SRMs, NIST must use cold storage freezers to maintain SRM product integrity. The large increase in SRM's requiring cold storage conditions has created a necessity to increase NIST's existing -20 degree C storage capacity. REQUIRED SPECIFICATIONS The contractor shall provide and install a quantity of one (1) walk-in freezer unit with the following specifications: 1. The cold storage unit shall have the external dimensions of 26 feet x 10 feet, with a 3 foot offset on the first 8 feet of the freezer unit. The door to the freezer unit shall be on the 7 foot opening. The unit door must be exactly 36 inches wide and be windowless. There must be a minimum of 3 hinges on the door. The unit must come with a portable ramp that can be placed on the exterior of the unit to allow for the portable shelving units to be rolled in and out of the unit. This ramp shall be able to be removed when not in use. The door starts at 4 inches from the ground and the ramp must be placed directly in front of the door to allow for carts to be rolled directly into the walk-in. The ramps must be able to be moved if needed. This unit must be built to fit into the exact dimensions as there are existing walls surrounding the dimensions. Required Dimensions of the Walk-in Freezer. These dimensions are non-negotiable. 2. The walk-in cold storage unit shall maintain a temperature of -20 º C while the unit is closed and functioning. Maintenance of the -20 degrees C temperature is imperative to the performance of this freezer. Temperatures above or below -20 degrees C will compromise the SRMs that will be stored in the unit. 3. The cold storage unit shall have six sets of rust resistant chrome plated or stainless steel portable shelving units that are 30 inches deep and 48 inches wide, and stand 77 inches tall including the rubber casting wheels that must be attached to the bottom of the portable shelving units. Each set must include 4 shelves that can be set at various heights. Each shelving unit must have the capacity to hold a minimum of 300 lbs. per shelf. 4. The cold storage unit shall have multiple self-evaporating cooling units that drop in from the ceiling and use 208 Volt single phase power. There should not be any evaporator hanging inside the walk-in unit (The compressor must sit above the unit on the ceiling). The number of units required by this size unit must be determined by the engineering department of the vendor. Sufficient cooling should be able to be provided by one half of the cooling units installed so that there is redundant cooling in the event that a cooling unit fails. 5. The lighting inside each cold storage unit shall use 115 Amp current. The lighting must be LED, vapor proof, and compatible with temperatures below -20 degrees Celsius. 6. The cold storage unit shall use self-evaporating cooling systems that must be located on the top of the room. These systems shall be self-evaporating and shall not require drainage. 7. The cold storage unit shall have an external door that is 36 inches wide with a magnetic gasket and a minimum height of 6.5 feet. 8. The door of the cold storage unit shall be equipped with heater wires around the gasket areas of the door to avoid frost build up at the door. 9. The cold storage unit shall have a door that is equipped with the safety handle that eliminates the possibility of being locked in. 10. The cold storage unit shall be constructed of panels that can easily be disassembled and delivered and reassembled at NIST. Panels must lock into place without drilling, cutting, gluing, or nailing into the panels. The external finish of the cold storage units shall be 0.040 gauge embossed aluminum. The internal finish shall be the same. The internal floor finish for each room shall be a smooth aluminum floor. 11. The cold storage unit shall be equipped with a programmable microprocessor control panel with LED display. The cold storage unit shall have audible and visual alarms for temperature deviations from the determined set points. 12. The cold storage unit shall have a key-locked floor. 13. The cold storage unit shall have a communication port supplied by the contractor in the location to be determined by NIST. NIST will identify the location for the port and mark it once the unit is installed in the proper location. During installation the contractor must drill out the communication port to allow the wires to go inside the unit and then seal up the port with silicone. 14. The contractor shall remove an existing walk-in storage unit that is 8 feet x 10 feet and 8.5 feet tall and composed of locking panels, place the existing unit on skids for NIST to remove for surplus. The contractor must place the old unit on skids provided by NIST approximately 10 yards from the current location. 15. Proper electricity to run the walk-in freezer unit will be available at the site for installation. NIST will provide a 208V line with ample amperage. Any step-down to 115V must be provided by the contractor and must be within the freezer unit. Connecting the walk-in units to the power supply shall be done by the contractor, and must use all safety precautions as identified by general OSHA guidelines. NIST is responsible for providing the appropriate power supply within 5 feet of the connection to the walk-in unit. The contractor must provide electrical work to connect the walk-in unit. INSTALLATION The Contractor shall install the freezer at NIST Gaithersburg. Installation shall include, at a minimum, uncrating/unpackaging of the freezer, assembly of all components and walls, set-up and hook-up of the freezer to existing electricity, start-up of the freezer unit, and removal of all trash. Installation shall be scheduled, in advance, with the Technical Point of Contact, to be identified in the resultant award. ACCEPTANCE TESTING Upon completion of installation of the freezer, the Government will, within eight hours of turning the unit on, confirm that the unit has reached the required -20 degree C temperature. Prior to final acceptance, the unit must maintain the required -20 degree C temperature for five consecutive days, without failure. If the unit does not meet all required specifications, rework shall be performed at no additional cost to the Government. WARRANTY The contractor shall provide a warranty for the freezer and all associated equipment. The warranty shall be one year in length, at a minimum, and shall include all parts, labor, workmanship and material for the freezer unit. DELIVERY TERMS Delivery and installation of the freezer unit shall be completed not later than 45 days after award. Completion of this work includes removal of the existing freezer unit. Delivery terms shall be FOB Destination. FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION OF QUOTATIONS The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically Acceptable means: 1. The Contractor has proposed a design sketch that is feasible and likely to meet all required specifications; AND 2. The Contractor has a satisfactory or better record of past performance. Price Price shall be evaluated for reasonableness. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; and 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 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: 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Rerepresentation 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, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; and 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of an FOB Destination price quotation which addresses all Line Items; 2) A design sketch of the freezer unit being quoted which includes all of the following details, at a minimum: Number of panels; A description of how the panels interlock with each other; Number of drop-in self-contained refrigeration units; and where each refrigeration is located in the ceiling; 3) For the purpose of evaluation of past performance, recent (within three years) and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the current telephone number and e-mail address of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. 4) A description of the proposed warranty; 5) This is an Open-Market 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 will 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) 6) The DUNS number for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov when the quotation is submitted to be considered for award; All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. E-mail only quotations are required. All quotations shall be submitted via e-mail to Carol Wood at carol.wood@nist.gov. Submissions must be received by 12:00 p.m. EST on August 5, 2014. E-mail quotes will be considered received when they enter into the electronic inbox of Carol Wood. SITE VISIT A SITE VISIT shall take place on THURSDAY, JULY 10, 2014 AT 1:00 PM EASTERN TIME. The site visit shall begin promptly at 1:00 PM. Attendees must be on-site by 12:45 PM. Attendees shall convene at NIST, Building 202, Room 140, 100 Bureau Drive, Gaithersburg, Maryland. The site visit shall allow quoters to view the location where the freezer will be installed, and the surrounding environment. Potential quoters are strongly encouraged to attend site visit. In no event shall failure to inspect the instrument constitute grounds for a claim after contract award. If required, an amendment including questions and answers shall be posted at www.fedbizopps.gov. Quoters are advised that the terms and conditions of the solicitation remain the same unless changed by amendment. SITE VISIT SECURITY REQUIREMENTS: Because of heightened security, quoters who are planning to attend the site visit shall e-mail their intention to attend to Erik Frycklund, at erik.frycklund@nist.gov, not later than 3:00pm on Monday, July 7, 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 quoter to register for the site visit in advance. Attendees must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive) Please ensure all individuals bring photo identification and vehicle registration or they will be denied access to the facility. Accommodations cannot be made for attendees that arrive late.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0344/listing.html)
 
Record
SN03445307-W 20140802/140731235903-12b4ab5849430c326df17a5cfd01b1d9 (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.