SOLICITATION NOTICE
66 -- Stand-alone and mobile recirculating aquatic animal housing systems
- Notice Date
- 7/7/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 04WRQQ0131
- Response Due
- 8/2/2004
- Archive Date
- 7/7/2005
- Point of Contact
- RON DONEZ CONTRACT SPECIALIST 9162789342 ;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This acquisition is for two (2) stand-alone recirculating aquatic animal housing systems, one (1) mobile recirculating aquatic animal housing system, and one air pump to aerate these systems. Also to be provided: equipment installation, testing the system for adequate function, training of Center personnel on proper equipment use and maintenance, and assisting Center personnel with troubleshooting and problem solving. At least a one-year warranty shall be provided on all non-renewable components. Pricing shall also be provided for an optional item (a maintenance contract for this equipment). Location of the facility is US Geological Survey, Western Fisheries Research Center, 6505 NE 65th Street, Seattle, WA 98115-5016. Delivery and installation of the equipment shall be completed no later than September 30, 2004. Stand-Alone Recirculating Aquatic Animal Housing Systems for room D-119E: Two or three racks (minimum of four, maximum of five rows each) that can function either in a flow-through capacity or stand-alone recirculating capacity. Racks must be equipped with manifolds that provide for both air and water delivery to each individual tank placed on the rack. Racks must be constructed of at least 316L-grade stainless steel to allow for cleaning and disinfection without corrosion. Tanks for each rack must be interchangeable and of at least three different sizes (i.e. 1.5 liter, 3 liter and 10 liter). Tanks should be constructed of either clear or colored polycarbonate or other inert plastic material (to prevent plasticizer leaching) that can be washed at high temperature (180?F) and then autoclaved. Tanks should have adequate-sized holes in each lid for both air and water lines, plus allowance for provision of food or feed through the lid without opening. Tanks should have an excellent and proven design for self-cleaning of tanks that minimizes the amount of manual tank vacuuming that must be done in between tank changes. All plumbing should be of food-grade PVC and tubing of silicone material. Biofiltration systems of different configuration will be considered but must include at least mechanical, chemical and biological filtration, UV sterilization, and the capacity for manual back-flushing of the biofilter on a regular basis. This process needs to be separate from the 10% daily water exchange to minimize accumulation of nitrates. In addition, the system will need to provide for an audible alarm function for detection of water quality values outside set parameters, data logging of pH, temperature, conductivity and dissolved oxygen, plus automated or manual reservoir dosing systems to sumps for pH and conductivity maintenance. When in a flow-through capacity configuration, system effluent must be treated by a UV sterilization system rated to a minimum of 100,000 ?w ? sec/cm?- maximum of 150,000 ?w ? sec/cm? before discharge from system via plumbing into either the sink's trap or pipe at wall under the sink Required system electrical load, capacity, outlet configuration, water delivery specifics (including delivery water pressure required), or necessary mounting of components to walls seismic activity building codes for WA state will need to be provided. Note: room capacity for racks may be altered by the amount of earthquake bracing that would be required. Stand-Alone Recirculating Aquatic Animal Housing System for room D-119A: At least three racks (minimum of four, maximum of five rows each) that can function only in a stand-alone recirculating capacity. Racks must be equipped with manifolds that provide for both air and water delivery to each individual tank placed on the rack. Racks must be constructed of at least 316L-grade stainless steel to allow for cleaning and disinfection without corrosion. Tanks for each rack must be interchangeable and of at least three different sizes (i.e. 1.5 liter, 3 liter and 10 liter). Tanks should be constructed of either clear or colored polycarbonate or other inert plastic material (to prevent plasticizer leaching) that can be washed at high temperature (180?F) and then autoclaved. Tanks should have adequate-sized holes in each lid for both air and water lines, plus allowance for provision of food or feed through the lid without opening. Tanks should have an excellent and proven design for self-cleaning of tanks that minimizes the amount of manual tank vacuuming that must be done in between tank changes. All plumbing should be of food-grade PVC and tubing of silicone material. Biofiltration systems of different configuration will be considered but must include at least mechanical, chemical and biological filtration, UV sterilization, and the capacity for manual back-flushing of the biofilter on a regular basis. This process needs to be separate from the 10% daily water exchange to minimize accumulation of nitrates. In addition, the system will need to provide for an audible alarm function for detection of water quality values outside set parameters, data logging of pH, temperature, conductivity and dissolved oxygen, plus automated or manual reservoir dosing systems to sumps for pH and conductivity maintenance. Required system electrical load, capacity, outlet configuration, water delivery specifics (including delivery water pressure required), or necessary mounting of components to walls seismic activity building codes for WA state will need to be provided. Note: room capacity for racks may be altered by the amount of earthquake bracing that would be required. Requirements for mobile racks for transfer into and out of the existing animal biohazard level-3 laboratory: Two racks with a capacity of at least four horizontal rows. Each rack must have casters than can be locked in place and that can support the entire weight of the rack when tanks, water and fish are added to them. The height and width of the racks must fit through doors that measure 6'10" (82") tall by 3'2" (38") wide. The surfacing material on the casters must be sturdy enough to be able to handle exposure to chlorine bleach (<50%) during cleaning and disinfection and must not damage epoxy-coated flooring during movement. Racks must be equipped with manifolds that provide for both air and water delivery to each individual tank placed on the rack. Racks must be plumbed such that a single intake water line and air line can be easily attached so the system functions only in a flow-through manner. All effluent from each rack must exit a single point that can be attached to an effluent line that can be directed into the existing room drains. Racks must be constructed of at least 316L-grade stainless steel to allow for cleaning and disinfection without corrosion. Tanks for each rack must be interchangeable and of at least three different sizes (i.e. 1.5 liter, 3 liter and 10 liter). Tanks should be constructed of either clear or colored polycarbonate or other inert plastic material (to prevent plasticizer leaching) that can be washed at high temperature (180?F) and then autoclaved. Tanks should have adequate-sized holes in each lid for both air and water lines, plus allowance for provision of food or feed through the lid without opening. Tanks should have an excellent and proven design for self-cleaning of tanks that minimizes the amount of manual tank vacuuming that must be done in between tank changes. Pump requirements: An air pump must be provided that is capable of meeting aeration requirements for all equipment being provided under this acquisition. Specifications and cut sheets for the pump must be provided with your offer. Other items of note: Your offer must meet or exceed all items contained in these specifications, and shall include shipping costs to the address shown above. A complete technical description of all items, including cut sheets or catalog pages, must be submitted with your offer so that technical acceptability of items can be determined. Award will be made to the lowest-priced technically-acceptable offeror. The US government is exempt from sales tax, so please do not include this item in your offer. Your offer shall be valid for 60 days from date of submittal. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is 04WRQQ0131 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24 This acquisition is unrestricted. Contract line items will be as follows: 0001 - Stand alone recirculating aquatic animal housing systems - two (2) each 0002 - Mobile recirculating aquatic animal housing system - one (1) each 0003 - Air pump - one (1) each 0004 - Delivery, installation and set up - one (1) each 0005 - (Optional item) Maintenance contract - one (1) each Date and place of delivery is shown above. Pricing shall be FOB destination (Seattle, WA). Quotations are due by 4 PM PDT, Monday, 02 August 2004 to the contracting office in Sacramento, CA identified above. Offers received after this time and date will not be considered. Offers are preferred by electronic means (e-mail and fax), but are accepted by mail. Oral quotations will not be accepted. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ and http://www.doi.gov/pam/aindex.html or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2004) 52.232-18 Availability of Funds (APR 1984) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2004) 52.000S-5026 Invoice Requirements (OCT 1997) "Invoices must be submitted in original and one (1) copy to the 'BILLING OFFICE' designated on this order. To constitute a proper invoice, the invoice must include the following and/or attached documentation: (a) name of business concern and invoice date; (b) purchase order number and, if applicable, contract number; (c) item number, description, quantity, unit price(s) and extended total(s) of property or services actually delivered or rendered; (d) shipping and payment terms; (e) name (where applicable), title, phone number and complete mailing address of responsible official to whom payment is to be sent; (f) other substantiating documentation or information as required by the order." For further information regarding this solicitation, please contact Ron Donez, Contract Specialist, at (916) 278-9342 or rdonez@usgs.gov. Fax number is (916) 278-9339.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=637683)
- Record
- SN00616379-W 20040709/040707212331 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |