SOURCES SOUGHT
H -- Market Research � Containment Facility System Verification Testing
- Notice Date
- 8/10/2023 1:14:00 PM
- Notice Type
- Sources Sought
- Contracting Office
- USDA ARS NEA AAO ACQ/PER PROP BELTSVILLE MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 1106578SourcesSought
- Response Due
- 8/16/2023 2:00:00 PM
- Archive Date
- 08/31/2023
- Point of Contact
- Roger Ammons
- E-Mail Address
-
roger.ammons@usda.gov
(roger.ammons@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- A market survey is being conducted to determine if there are adequate sources for containment facility system verification testing. This is not a Solicitation Announcement or Request for Quotes. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. The USDA Agricultural Research Service (ARS) will not award a contract on the basis of responses or pay for the preparation of any information submitted. Respondents will not be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether there are adequate sources for unrestricted competition or to proceed with issuing a sole source solicitation. The capabilities required for the automated slide imaging system are as follows: Contractor shall verify room airflow profiles [supply & exhaust], room differential pressure measurement, verify and calibrate magnehelic gauge and building automation system (BAS) digital room pressure monitors, verify differential pressure data logging on BAS, and verify directional airflow from least (laboratories) to most (greenhouses, cubicles and growth chamber rooms) contaminated spaces. Contractor shall perform room integrity verification, verification of installed HVAC components, document fan speeds for all supply and exhaust fans, documentation of HVAC operating status and values. Contractor shall perform physical building component/BAS testing to verify that containment facility specific programmed BAS is correctly identifying status of sensored building components including but not limited to bioseal status, VFD status, temperature and pressure differential, verification of programmed BAS alarms for proper functioning and alarming within set limits, confirmation of no alarms while in baseline/normal state. Contractor shall perform fan failure scenarios, confirm that there is no reversal of airflow, confirm HVAC redundancy, verify function of bioseal dampers; verify tightness of bioseal dampers when closed with smoke test, perform verification of directional airflow during failure testing with visual smoke source. Contractor must be able to utilize and troubleshoot facility BAS components that include AX Honeywell (WEB-600) controllers with legacy WEBStation-AX-3.7.108 software; integrates TSI SureFlow Room Pressure Controllers and Eaton PX 600 power meter. Contractor or contractors shall provide Final Report to include, but not limited to system component failures, airflow Test and Balance and executive summary, once testing is complete. Contractor shall be a Honeywell ACI direct factory branch contractor in the state of Maryland. NAICS - 236220 Commercial and Institutional Building Construction Small Business Size Standard - $45.0 Million Companies who provide containment facility system verification testing which meets the stated capability requirements, as well as an interest in doing business with ARS, should submit a capabilities statement which, for this notice, is not expected to be a quote. Companies should also indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business. Responses should be submitted by August 16, 2023, at 5:00 PM EST to the attention of Roger Ammons, roger.ammons@usda.gov at the address above. Questions should be directed to Roger Ammons, roger.ammons@usda.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/929d46c01cc644f7b10c402f386bf5e8/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN06786239-F 20230812/230810230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |