Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11, 2001 PSA #2954
SOLICITATIONS

54 -- SOFT WALL CLEAN ROOMS

Notice Date
October 9, 2001
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
ZIP Code
32899
Solicitation Number
RFO10-01-0032
Response Due
October 30, 2001
Point of Contact
Susan J. Wall, Contracting Officer, Phone (321) 867-3306, Fax (321) 867-1141, Email Susan.Wall-1@ksc.nasa.gov
E-Mail Address
Susan J. Wall (Susan.Wall-1@ksc.nasa.gov)
Description
This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) for the following products: ITEM NO. 1 Soft Wall Clean Rooms. Size: 14-16 foot wide X 14-16 foot long, forming a square footprint; Floor to ceiling height of 12 feet minimum and highest outside dimension of 14.5 feet. Clean Rooms shall be capable of connecting together and become one contiguous room. Lighting Requirements: Average Lighting 50 to 75 foot-candles @ 5 ft above floor level. Soft Wall Clean Rooms shall also meet the below specifications. Quantity: 2 each. ITEM NO. 2 OPTION NO. 1 -- Soft Wall Clean Rooms. Size 7-9 foot wide X 7-9 foot long, forming a square footprint. Ceiling height of 8 feet minimum. Soft Wall Clean Rooms shall also meet the below specifications. Quantity: 2 each. NOTE: Item No. 2 is an Option Item. The Offeror shall provide a 3 foot X 3 foot sample of the soft wall material. The Offeror shall package the sample in a plastic bag to prevent contamination. The Offeror shall provide the following preliminary documentation with their offer: copies of standard commercial warranties, assembly drawings, electrical schematics, and representative assembly instructions. The Offeror shall also include the Material Safety Data Sheet, specification sheet, and, if available, production date and lot number. The Offeror shall also provide references (company name, address, contact name and tel. no.). GOVERNMENT MINIMUM SPECIFICATIONS FOR THE SOFT WALL CLEAN ROOMS: Rooms shall be at Class 10,000 (Class M5.5) or lower per FED-STD-209 E (latest version). All electrical installations shall be completed in accordance with NFPA 70. Each soft wall shall be removable without tools and installable on any side. Each room shall have two strip walls and two solid walls. Sound level inside the rooms shall be less than 65 Decibels Absolute (DbA). Rooms shall be supported by a post at each corner with no internal supports or supports between corners. Posts shall have clean room compatible, swivel type, locking castors, with non-shedding polyurethane wheels. Exposed frame surfaces shall have a clean room compatible coating with no more than 0.1 % Collected Volatile Condensable Material and no more than 1.0% total mass loss per ASTM E-595-93 (Re-approved 1999) Standard Test Method for Total Mass Loss and Collected Volatile Condensable Materials from Outgassing in a Vacuum Environment, with the exception, run test at 50 degrees centigrade or anodized aluminum finish. Unused ceiling panels shall be non-shedding material with no more than 0.1 % Collected Volatile Condensable Material and no more than 1.0% total mass loss per ASTM E-595-93 (Re-approved 1999), with the exception, run test at 50 degrees centigrade. Soft Wall Material: The material shall be low outgassing, anti-static, and transparent. The material must pass the following tests to meet the Government's minimum requirements: 1) Flammability per NASA-STD-6001, 02/09/98, Flammability, Odor, Off gassing, and Compatibility Requirements and Test Procedures for Materials in Environments that Support Combustion to use 4.1 Upward Flame Propagation (Test 1), can be found at: htp://standards.msfc.nasa.gov/released/6001/6001.pdf, 2) Electrostatic per KSC/MMA-1985-79, Revision 4, June 22, 2000, Standard Test Method for Evaluating Triboelectric Charge Generation and Decay. Copies of this standard are attached, and 3) Total mass loss and collected volatile condensable materials per ASTM-E595-93 (Re-approved 1999), Standard Test Method for Total Mass Loss and Collected Volatile Condensable Materials from Outgassing in a Vacuum Environment with the exception, run test at 50 degrees centigrade. The material is required to have a total mass loss no greater than 1.00% and Collected volatile condensable material no greater than 0.10%. Fan / Filter Units (FFU): High Efficiency Particulate Arrestor (HEPA) type 99.99 % efficient @ 0.3 micron and larger, HEPA filters shall not be DOP tested. FFU's shall be supplied with activated carbon or charcoal pre-filters. FFU pre-filter opening shall be designed to hold 2 ft by 2 ft square by 2 inch thick pre-filters; Pre-filters shall be accessible for removal and replacement from perimeter of tent. Soft Wall Clean Room Flow Rate: 60-90 air changes per hour; Maximum Flow Rate of 960 cubic feet per minute at a velocity of 120 feet per minute DELIVERY All items shall be delivered FOB Destination to NASA, Kennedy Space Center, Florida 32899. Delivery is required 8 weeks after award of the order. If the Option No. 1 is exercised, delivery of this item no. is required 8 weeks after exercise of the Option. The Government will exercise Option No. 1 within 1 week after award of the order. The Government will exercise the option by written notice to the Contractor. The DPAS rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 3999 and 500 employees, respectively. The offeror shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Quotations for the items(s) described above are due by October 30, 2001 and may be mailed or faxed to Susan J. Wall, NASA, OP-OS, Kennedy Space Center, FL 32899, FAX 321/867-3306 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/ Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-1, 52.225-3, 52.225-13, 52.225-15, and 52.232-34. FAR 52.217-5 Evaluation of Options is applicable. KSC 52.246-94 Inspection and Acceptance Including Verification Test (Destination) is applicable. Unless otherwise directed by the Contracting Officer, final inspection, verification testing, and acceptance of the supplies to be furnished hereunder shall be made at destination. Verification testing is an inspection process consisting of limited non-destructive chemical, electrical, mechanical, or pneumatic tests. Completion of final inspection and acceptance tests may require up to 45days from the date of delivery at destination. The supplies will not be accepted prior to successful completion of the final inspection and acceptance tests. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Offerors must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Commerce Business Daily Note "1" is applicable. Any referenced note can be viewed at the following site: http://cbdnet.gpo.gov/num-note.html It is the offeror's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=76 Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#99143)
Record
Loren Data Corp. 20011011/54SOL001.HTM (D-282 SN5102S2)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on October 9, 2001 by Loren Data Corp. -- info@ld.com