MODIFICATION
54 -- One (1) Modular Clean Room with Installation (Site Visit)
- Notice Date
- 3/23/2017
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-17-T-0089
- Archive Date
- 4/29/2017
- Point of Contact
- Jamie N White, Phone: 3013941615
- E-Mail Address
-
jamie.n.white2.civ@mail.mil
(jamie.n.white2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Interested vendors are encouraged to read through this entire posting by 03/28/2017 to gain an understanding of the requirement. 1. Class Code: 54 2. NAICS Code: 332311 3. Subject: One (1) Modular Clean Room with Installation (Site Visit) 4. Solicitation Number: W911QX-17-T-0089 5. Set-Aside Code: Total Small Business 6. Response Date: 04/14/2017 7. Place of Delivery/Performance: U.S. Army Research Laboratory 321 Colleran RD Aberdeen Proving Ground, MD 21005 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX-17-T-0089. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) The associated NAICS code is 332311. The small business size standard is 750 Employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - Modular Clean Room CLIN 0002 - Installation (vi) Description of requirements: The Contractor shall provide one (1) modular clean-room to the Weapons and Materials Research Directorate (WMRD) at the Army Research Laboratory (ARL) in Aberdeen Proving Ground (APG), MD 21005. The Contractor shall ensure the clean-room meets the following minimum requirements: 1. The Contractor shall ensure the clean-room is no less than 900 square foot (sq. ft.) with unofficial measurements ate 20' Length x 12' Width x 10' Height. 2. The Contractor shall ensure the clean-room is modular hard wall with sufficient plenum space to incorporate the lights, filters, and blank ceiling panels above the clean-room. 3. The Contractor shall ensure the clean-room meets ANSI/IEST/ISO 14644-1:2015 Cleanroom Standards for ISO 7. 4. The Contractor shall ensure the clean-room has four (4) 3'W x 7'H steel doors. Two (2) doors shall include half 1/4" TSG Windows and two (2) doors shall have no window. The doors shall be installed as double doors; with clearance of each door totaling 6'W x 7'H located in front and back of the clean room). The lockset shall be Americans with Disabilities Act (ADA) Lever Type for the double doors. The Contractor shall receive TPOC approval for door locations before fabrication begins. 5. The Contractor shall ensure the clean-room has Three (3) Fixed Window with the minimum dimensions of ¼"TSG 3'W x 4'H. The Contractor shall receive TPOC approval for window locations before fabrication begins. 6. The Contractor shall ensure the clean-room ceiling system is a nominal 2' x 4' grid system designed to support the lights, filters, and blank ceiling panels provided by the Contractor. The Contractor shall ensure the ceiling grids are gasketed in order to properly seal the room to maintain the clean-room classification above. The ceiling/dustcover shall include plywood 3/4" Fire Resistant Roof Deck (approximately 125lb/ft2). The ceiling/dustcover shall include 22-gauge corrugated steel type B deck. 7. The Contractor shall ensure the clean-room floor is clean and shall ensure the existing epoxy surfaced flooring is re-coated. 8. The Contractor shall ensure the clean-room is outfitted with a Heating, Ventilation, and Air Conditioning (HVAC) control system in accordance with International Organization for Standardization (ISO) standard 14644-1:2015 per Federal Standard 209E. 9. The Contractor shall ensure the clean-room has a positive pressure system with ventilation controls that can maintain 70 degrees (°) Fahrenheit (F) ± 2°F and humidity settings of 50 percent (%) +5% relative humidity (RH). 10. The Contractor shall ensure the clean-room contains gauges to monitor and control the temperature and humidity. 11. The Contractor shall ensure the clean-room contains appropriate lighting as prescribed by local codes for the square foot area that it contains. The Contractor shall ensure that the clean-room contains battery operated emergency lighting near all exit doors with an exit sign by each set of doors. The Contractor shall ensure the clean-room is wired with receptacles in accordance with local codes for the square foot area. 12. The Contractor shall ensure the clean-room contains six (6) vacuum quick disconnects tied into the existing house vacuum system. The Contractor shall request TPOC approval for access to the disconnect locations before commencing fabrication. The Contractor shall ensure the clean-room contains a dust collection vacuum system installed with a minimum of two (2) hose hook-ups. The Contractor shall request TPOC approval for access to the hose hook-ups before fabrication begins. 13. The Contractor shall ensure the clean-room contains fire protection sprinkler heads incorporated into the existing system and located in accordance with local codes. The Contractor shall coordinate installation with the Government building custodian to ensure the sprinkler system meets all local codes. 14. The Contractor shall be responsible for the shipping and installation of all components of the clean-room. 15. The Contractor shall be responsible for supplying all of the required labor for the fabrication and installation of the clean-room. 16. The Contractor shall be responsible all travel costs for any personnel used in the installation or fabrication of the clean-room. 17. The Contractor shall supply the TPOC with a floor plan of the clean-room detailing utilities to include duct work, lights, vacuum disconnects, doors, windows and equipment locations which must be agreed upon with the TPOC before fabrication begins. The floor plans shall be updated accordingly at completion of installation to ensure accuracy of plans. The TPOC will provide a copy of the plans to the appropriate Government office. 18. The Contractor shall provide a warranty that covers all applicable hardware and equipment for a minimum of a one (1) year. 19. The contractor shall ensure APG building requirements for installation and connection to the B4600: Electrical system, Fire Alarm system, Sprinkler system. Clean room installation shall by in accordance with all applicable commercial standards, and local and federal government laws, regulations and statues. 20. Past Experience: Show previous effort installing and completing a similar units in either private or government buildings. Installation and completion means within the: schedule, price, and the ability to meet the technical quality requirements. Examples if experience are: US Army TARDEC, National Institute of Health, private laboratories, etc. (vii) Delivery is required no later than 180 days after receipt order (ARO). Delivery shall be made to the U.S. Army Research Laboratory (ARL), Aberdeen Proving Ground, MD. Acceptance shall be performed at ARL, Aberdeen Proving Ground, MD. The FOB point is Aberdeen Proving Ground, Adelphi, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: Site Visit: A site visit for this requirement will be conducted at Army Research Laboratory, 4600 Maryland Blvd, Aberdeen Proving Ground Maryland, 21005 on 30 March 2017 at 11:00AM EST. Attendance of the site visit is mandatory for an offeror to be considered for award. Any offer submitted by an offeror that did not attend the site visit will not be accepted. Offerors that wish to attend the site visit need to submit the following information to Jamie White at jamie.n.white2.civ@mail.mil, no later than two (2) days prior (03/28/2017) to the site visit: - Name of Company - Full Name of Person(s) Attending (Limited to two (2) people per offeror) - Notify the Point of Contact (POC) above if a badge has been issued by ARL to any of the attendees in the past For access to the installation, attendees must be US Citizens and provide the following upon arrival: - Driver must provide a valid driver's license, and any other attendees in the vehicle must provide a Government issued form of identification - Vehicle registration and proof of insurance for any vehicle entering the installation Details regarding the site visit will be sent via email ONLY to potential vendors which email by 03/28/2017 to the above POC. Changes or questions and answers resulting from the site visit will ONLY be made available to site visit attendees. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. The Technical Capability factor of the evaluation will first be a determination as to whether the proposed product meets the salient characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following salient characteristics / specifications and/or delivery time: 1. Technical capability including product quality, experience installing similar requirements on schedule, price and to an acceptable quality standard. 2. Project Lead Time including milestones to demonstrate adequate project planning supporting the ultimate completion date. 3. Past performance including completed installations of the same or similar ISO 7 clean rooms with evidenced past performance reviews from the customer/client, including contact details, contract numbers, scheduled and completion dates, contract value, and other applicable past performance information. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the salient characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Offerors shall include four (4) no more than six (6) records of completed sales from the previous 48 months from non-ARL clients. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Price will be evaluated based on the total proposed price, including options, (if any). Technical capability and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.219-30, NOTICE OF TOTAL SET-ASIDE FOR WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS ELIGIBLE UNDER THE WOSB PROGRAM (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFAR 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 52.237-1 -- Site Visit (APR 1984) 52.252-1 Solicitation Provision Included by Reference 52.252-2 Clauses Incorporated by Reference 252.204-0009 Contract Wide: By Fiscal Year 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NA (xv) The following notes apply to this announcement: The magnitude of this project is anticipated between $25K<$150K (xvi) Offers are due on 04/14/2017 by 11:59 AM EST by email to Jamie White at jamie.n.white2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Jamie White at jamie.n.white2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1b194ce7a882736dd8177f2ce7a6755f)
- Place of Performance
- Address: Bldg 4600 Maryland Blvd, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN04446403-W 20170325/170323235454-1b194ce7a882736dd8177f2ce7a6755f (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 |