|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1999 PSA#243954 -- MODULAR CONTROLLED ENVIRONMENT ENCLOSURES (PORTABLE LABS) This is
a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice and is in accordance
with FAR subpart 13.5. This announcement constitutes the only
solicitation; proposals are being requested and a formalized written
solicitation will not be issued. This solicitation, F05604-99-R-8018 is
being issued as a Request for Proposal (RFP). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-13. The Standard Industrial
Classification (SIC) code is 3448 and the Business Size Standard is 500
employees. The proposed contract will be initially solicited as _full
and open competition_ unless adequate responses are received from
responsible small business interests. At that point, the government
will consider a set-aside action. ITEM DESCRIPTION: Line item 0001: Two
(2) Modular Controlled Environment Enclosures, Manuf: Psychrometrics,
Inc. specification part number S-95096, or approved equal, with the
following interior dimensions: Room 1 (Dimensional Lab): 40_0_ wide x
17_6_ length, 9_ ceiling minimum. Room 2 (PMEL Lab): 40_0_ wide x 42_6_
length, 9_ ceiling minimum (approximate dimensions). Each unit will, as
a minimum, meet and maintain the following stringent environmental
controls: Temperature: 73degreesF +/- 2degreesF (less than 1degreeF per
hr) Relative Humidity: 40%, +5/-20 % RH Filtration Efficiency: 95% Room
Pressurization: 0.05_ w.g. approx. Cleanliness Level: Class 10,000 Air
Changes: 20 per Hr. (Utilizing non-unidirectional air pattern control)
Lighting: Uniform illumination of 100 F/C calculated at bench level
Sound Level: Below 45db STRUCTURAL: A. All structural members shall be
capable of withstanding a pressure or suction of 1.2 kN/m2. B.
Flooring shall be resilient sheet flooring. C. The walls should be
insulated and have as much thermal mass on the controlled side of the
wall as possible. D. Airlock doors: 5_ wide and 6_11_ high. Must have
24_ x 30_ shatter proof glass vision panels (or the closest standard
size that fits) and bumpers to prevent equipment and cart damage. Doors
closest to the lab areas shall have gasket-type stops, astragals,
automatic door bottoms and a properly sized grille installed above the
doors. E. 2 emergency exit doors: repair/calibration area: 3_ x 6_11_,
Dimensional lab: 8_ x 8_. MECHANICAL: A. HVAC air movement system
specifications apply within the space 3_ to 5_ above the floor; air
velocity in the working area must be 25 + 10 feet per minute. B. Design
and construction documents must specify: the maximum difference in
temperature and humidity between supply air and room air and the
number, type, and location of room thermostats and humidistats and how
the environmental system responds to their signals. Duct design should
not rely on adjusting dampers on diffusers or grills for control. Where
required, provide dampers inside ducts and install access panels. C.
Comply with positive pressure requirements in the areas to duplicate
the positive pressure in higher echelon laboratories that calibrate
primary standards. D. Fresh air supply and hot water heating will be
available for the units. E. The contractor shall provide all necessary
cooling equipment in the HVAC for each unit, including compressor
unit, condenser unit, control system, etc. F. The contractor shall
provide all necessary humidifier equipment for each unit, including
steam generator, humidifier section, controls, etc. G. Vibration
minimization: Locate vibration-generating equipment such as blowers,
compressors, heating and air conditioning units, vacuum pumps, and
transformers on separate, isolated utility pads. Use specialized shock
mounts, air bag supports, or isolated massive blocks. Use flexible
boots or connectors to reduce vibration transmissions through ductwork,
piping and rigid tubing. ELECTRICAL: A. Use flexible neoprene-jacket
conduits for connections to vibration producing equipment. Do not allow
rigid conduit such as feeders, sub-feeders, and their supports to
contact other objects. B. Nominal power requirements: Voltage Phase
Frequency 120/208 3 _Wye_ 60Hz + 1Hz 120/208 3 _Wye_ 400Hz + 1Hz 28 DC
C. Extend utilities into the calibration and repair area within
utility chases concealed in walls and partitions. Do not use
under-the-ceiling utility services. Direct overhead utility connections
to workbenches and stations are permitted if the most feasible and
economical and if the design minimizes dust collection. D. Emergency
electrical power switches or disconnects are recommended at a central
location in both rooms. E. Actual location and type of electrical
receptacles to be proposed by offeror. Recommend receptacles high on
wall for clock or portable emergency lights and mid- wall for
connecting to workbenches. Must place two duplex receptacles every 6_
along each wall. Require 1-400 Hz and 1 -- 28 vDc receptacle for each
unit. Use permanent overhead-recessed fluorescent fixtures sealed with
gaskets to prevent airor moisture leakage and dust
accumulation/intrusion from the interstitial area. Light fixture
electrical circuits should be on separate electrical feeds from
Instrumentation circuits. Individual light controls are required for
areas where radiant energy can affect measurements. F. A wet/dry vacuum
cleaning system is required for cleaning TMDE, shoe cleaners,
Janitorial service of the calibration area and other support areas.
Install flush- mounted outlets in the wall approximately 2_ above the
finished floor. Outlets should be spaced so that hose length does not
exceed 30_ and each area can be reached by the hose intake fitting. At
least four outlets should be operated simultaneously when using 1 12_
hoses and long sweep fittings. Install vacuum piping in walls. Vacuum
pressure at the end of each hose must be no less than 6221 pascals
(25_ of water). Vent system exhaust outside the building away from air
inlets and other dust sensitive areas. Further specifications are
available by contacting one of the POC_s below. Prospective offerors
are highly encouraged to request the additional specifications in order
to submit an accurate proposal. Submitted prices will include all
delivery expenses for FOB to Fleet and Industrial Supply Center, Ocean
Terminal Division (N45631), Bldg CEP-201 Norfolk, VA 23511 NLT 180
days ARO. The provision at 52.212-1, Instructions to
Offerors-Commercial Items, applies to this acquisition. The provision
at 52.212-2, Evaluation-Commercial Items, applies to this acquisition
with the blanks filled in as follows: _Does the delivery schedule meet
the delivery objective? Technical acceptability, delivery schedule,
and product innovation when combined, are equally important to price._
Overall price will be evaluated. This is a _best value acquisition_.
Award may not necessarily be made to the offeror providing the lowest
offer or price. The offer considered to provide the most advantageous
value to the government will be considered the apparent awardee. A
technically qualified government representative will evaluate all
offers. Technical acceptability is defined as the product meeting the
minimum needs of the government. Product innovation will be evaluated
through review of any descriptive literature and product approach
submitted. Offerors should provide technical information on _equal_
components offered that meet or exceed the characteristics of the
equipment identified. Offerors who fail to meet any of the minimum
technical requirements may be considered non-responsive to the RFP. The
government has specified a maximum of 180 days for delivery time.
Contractors are invited to provide a better delivery response as part
of their evaluation. The clause FAR 52.215-1,_Instructions to
Offerors-Competitive Acquisition_, and FAR 52.215-1 Alternate I &
Alternate II apply to this acquisition. Offerors shall include a
completed copy of the provision at FAR 52.212-3 _Offeror
Representations and Certifications-Commercial Items_ with their offer.
The clause FAR 52.212-4, _Contract Terms and Conditions-Commercial
items_ applies to this acquisition. The clause at FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items_ applies to this acquisition.
Additional FAR clauses cited within this clause are also applicable:
Paragraph (b) 13,14,15,and 16. The following clauses are also
applicable to this acquisition: FAR 52.233-3, _Protest After Award_,
DFAR 252.204-7004 _Required Central Contractor Registration_ (Mar 98),
DFAR 252.232-7009 _Payment by Electronic Funds Transfer (CCR)_ (Jun
98), AFSPCFAR 5352.212-9500, _Commercial Warranty_. The Defense
Priorities and Allocations System (DPAS) assigned rating for this
procurement is DO C9. Proposals will be submitted in writing, and
signed by an individual with authority to bind their respective
company; (electronic submissions via fax are acceptable) to 21
CONS/LGCAB, Attn: SSgt Ross Brown, 580 Goodfellow St., Bldg. 1324,
Peterson AFB, CO 80914, Fax # (719) 556-4752. Proposals will be
accepted until 4:00 P.M. MST,28 Sep 99. Point of Contact SSgt Ross D.
Brown, Contract Specialist, Phone (719) 556-7991 e-mail
ross.brown@peterson.af.mil. Ray Blomquist, Contracting Officer, Phone
(719) 556-4195 e-mail ray.blomquist@peterson.af.mil WEB: Visit this URL
for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=S&ProjID=F05604-99-R80
18&LocID=533. E-MAIL: Ross Brown, ross.brown@peterson.af.mil. Posted
09/21/99 (D-SN382819). Loren Data Corp. http://www.ld.com (SYN# 0540 19990923\SP-0003.MSC)
SP - Special Notices Index Page
|
|