SOLICITATION NOTICE
66 -- Labortory Case Work & Installation
- Notice Date
- 11/13/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Reg. 4, Office Of Acquisition Management, 61 Forsyth Street, Atlanta, GA 30303
- ZIP Code
- 30303
- Solicitation Number
- RFQ-GA-07-00008
- Response Due
- 12/1/2006
- Archive Date
- 1/1/2007
- Description
- NAICS Code: 339111 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation GA-07-00008 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. This acquisition is 100% small business set-aside. The NAICS code is 339111. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specification, meets the EPA's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. This solicitation document and incorporated provisions and clauses are those that are in effect through the latest Federal Acquisition Circular. The contractor shall provide and install all steel casework, countertops, service fixtures, and accessories to furnish the sample preparation laboratory at Stennis Space Center, Ms., in accordance with the following specifications. STATEMENT OF WORK (SOW): The US EPA Environmental Chemistry Laboratory (ECL), is a national program laboratory specializing in residue chemistry analysis under the jurisdiction of the US EPA Office of Pesticide Programs in Washington, D.C. The ECL is a resident agency located on a National Aeronautics and Space Administration (NASA) facility at Stennis Space Center, MS and occupies NASA space through the terms of a Host- Tenant Agreement. The U. S. EPA/ECL is modifying an existing building into an analytical chemistry sample preparation laboratory. The US EPA Facilities Division has issued another contract for a building contractor to modify the existing building to become an analytical chemistry sample preparation laboratory for the ECL. The work to be performed under that contract consists of a building contractor providing labor, equipment, and materials to modify the existing building into an analytical chemistry sample preparation laboratory. The US EPA/ECL must provide and be ready to install Government- furnished products and equipment to the building contractor by Jan. 15, 2007. Under this SOW a contractor shall supply and install all steel casework, counter-tops, service fixtures and accessories needed to furnish the sample preparation laboratory in a professional workman-like manner and according to recommended practices of The Scientific Equipment and Furniture Association (SEFA) for laboratory furniture/case work, shelving and tables. The contractor shall install the casework and accessories to fit the precise measurements of the particular area and fit exactly with the building contractor pre-plumbing and electrical pre-wiring. All case work must be compatible with and fit exactly with the firm and fixed placement of two bench top fume hoods, one walk-in fume hood, and one oven. A diagram of the sample preparation laboratory is available for contractor reference and review. Contractors are encouraged and requested to schedule a site visit to the US EPA/Environmental Chemistry Lab, Bldg 1105, Stennis Space Center, MS to view the construction area, to obtain precise measurements and interface with the building contractor for more specific information on pre-plumbing and pre-wiring. Stennis Space Center, MS is a secure facility and visits must be scheduled in advance in order to gain site access. Contractors must call Gerry Pierce, (228)688-3217 or Tripp Boone, (228) 688-2242 at the US EPA/Environmental Chemistry Lab to schedule a site visit. PRODUCT SPECS: A diagram of the overall construction project will be provided for contractor reference and review. The measurements provided are not precise but only reflect minimum requirements; the measurements do not include the building contractor placement of pre-plumbing and pre-wiring. Separate diagrams of the lab area and oven area are provided for contractor reference. The contractor does not have to supply anything for the vestibule area or the attached mechanical room. The overall area is approximately 700 square feet with a wall separating the lab area and the oven area. The contractor shall provide all furnishings, fixtures and accessories and installation to fit precise measurements and the building contractor pre-plumbing and pre-wiring in the lab and oven areas. The placement of the two bench top fume hoods, walk-in fume hood, and oven are fixed and firm and the contractor shall design the casework placement to accommodate this arrangement. In the lab area, the contractor shall: 1. Furnish and install a work island that is a minimum of 10'3" long by a minimum of 58" wide. Furnish and install two 36" x 35" x22" cabinets (1 on each side of the work island); two 48" x 35" x 22" cabinets (1 on each side of the work island) and two 18" x 35" x 22" cabinets (1 on each side of the island). All base cabinets shall have hinged steel doors. The two base cabinets on the side nearest the sink area shall have drawers and the other base cabinets shall have shelves. 2. Furnish and install 1" thick black epoxy resin counter top and backsplash over all the cabinet tops of the work island. The countertop shall have the butt curb for the backsplash and be a minimum of 24" deep. 3. At the end of the work island, furnish and install a minimum of a 58" base cabinet with two hinged doors separated by vertical spacer, single internal cavity, recessed toe space on three sides. Install a rectangular epoxy resin sink (minimum of 25x15x10) with panel-mounted hot and cold water fixtures with an integral vacuum breaker. The water faucets shall be brass body with heavy chrome-plated finish; with swing style mixing spout (minimum of 6" spread) vacuum breaker gooseneck, manual control with renewable units having stainless steel replaceable seats, inlets on 8" centers, includes mounting flanges and ?" IPS brass mounting shanks, with two services and glass drain fixtures. This area shall be surrounded with the 1" thick black epoxy resin counter top with butt curb for the backsplash. 4. Furnish and install an accessory rail on the work island (minimum of 10'3") with an opening for an oval cup sink (minimum of 7-1/2" x 4-3/8", with an overall height of 8-7/16", and a 1-1/2" IPS outlet ) with a deck mounted heavy-duty chrome plated single valve faucet (cold water only) with 6" rigid vacuum breaker gooseneck, manual control with renewable units having stainless steel replaceable seats, locator pins to prevent turning faucet in counter, vandal resistant bonnet and cover screws, ?" IPS coupling nut, locknut and washer, and standard glass drain fixtures. Openings drilled for GFCI outlets every 24" on each side of the rail. The accessory rail will be covered with the 1" thick black epoxy resin counter top. The placement of the cup sink must be coordinated with the building contractor's pre-plumbing plans. The cup sink must have an integral vacuum breaker. 5. In the area by the two bench top fume hoods, furnish and install a minimum of 7'5" one inch thick black epoxy resin counter top. The counter shall have a minimum depth of 24" 6. In the area between the two bench top fume hoods and the work island, furnish and install a solvent cabinet (minimum of 36"x35"x22") that is an approved solvent storage cabinet for storage of flammable and combustible liquids with a lock included and two two-inch pipe threaded vent outlets on back and a base cabinet (minimum of 18"x35"x22") with hinged steel doors and shelves. The solvent cabinet shall display the words "FLAMMABLE KEEP FIRE AWAY". 7. In the area by the walk-in fume hood, furnish and install a minimum of an 8' one inch thick black epoxy resin counter top with butt curb for the backsplash. The counter shall have a minimum depth of 24". Furnish and install an acid cabinet (minimum of 24"x35"x22") that is specifically designed to store corrosive chemicals and support fume hood. The interior shall be lined with Resisto Roc panels; shelf surface of same material with venting at back of cabinet and provide a lock; provide a three-foot steel desk that matches the cabinets with 3 standard drawers on the right hand side and a free-standing solvent cabinet that is an approved solvent storage cabinet for the storage of flammable and combustible liquids with a lock included and two two-inch pipe threaded vent outlets on back (minimum of 43"w x 18"d x65" h) to be placed in the area that is now showing as a refrigerator on the diagram. The solvent cabinet shall display the words "FLAMMABLE KEEP FIRE AWAY". The contractor does not furnish or install the refrigerator. 8. Furnish a steel table 23 "d x 60"w with an adjustable height of 28" to 37", with casters and the one inch thick black epoxy resin counter top that can be no more than 24" deep. This table is designated to be used in a walk-in hood and must be designed so as to allow the walk-in hood to perform correctly. In the oven area, the contractor shall: 1. On the wall by the oven duct, furnish and install a minimum of 4'5" of one inch thick black epoxy resin counter top with butt curb for the backsplash with a minimum depth of 24" 2. Furnish and install two base cabinets (one cabinet a minimum of 18"x35"x22" and one cabinet a minimum of 36"x35"x22") with hinged steel doors. One base cabinet shall have drawers, the other cabinet shelves. 3. On the wall opposite the oven duct, furnish and install a 1" thick black epoxy resin counter top with butt curb for the backsplash (minimum of 8'9") and with a minimum depth of 24" 4. Furnish and install three base cabinets (one cabinet a minimum of 18"x35"x22", one cabinet a minimum of 48"x35"x22" and one cabinet a minimum of 30"x35"x22") with hinged steel doors and shelves. 5. Furnish and install three wall storage cabinets (one a minimum of 30"x31" x13"; one a minimum of 48"x31"x13"; and one a minimum of 18"x31"x13") above the approximate 8'9" work area with sliding glass panel doors and shelves. These wall storage cabinets shall be installed on the wall opposite the oven duct and mounted with a distance of 24" between the countertop and the bottom of the wall cabinet. These wall storage cabinets shall accommodate a minimum weight load of 150 lbs (not including the weight of the cabinet). The contractor shall install these cabinets with the necessary wall support and anchors to accommodate these weight requirements. Overhead Cabinets and Ceiling Hangers in the Lab Area: 1. Furnish and install ceiling rails ( a minimum of 132") on each side of the island that will accommodate hanging storage cabinets. 2. Furnish and install a total of six hanging storage cabinets - three on each side of the ceiling hangers. On each side of the ceiling hangers furnish and install two storage cabinets (a minimum of 48"x 31" x13") each, and one storage cabinet, a minimum of 36" x 31" x13") with sliding glass panel doors and shelves. These overhead cabinets shall be mounted with a distance of 24" between the countertop and the bottom of the wall cabinet. These overhead cabinets shall accommodate a weight load of 150 lbs (not including the weight of the cabinet). The contractor shall install these overhead cabinets with the necessary ceiling support and anchors to accommodate these weight requirements. All steel case work must be 20 gauge steel interior and 18 gauge steel exterior panels filled with sound deadening material; with a 14 gauge steel reinforcement added at hinge locations and a 20 gauge vertical reinforcement channel provided in each door. All cabinets must have fully sliding shelves (removeable) and drawers that extend all the way out to allow access to the back of a shelf and the drawers. The drawers shall extend all the way out. The color shall be hunter green. The contractor shall furnish and provide all filler material and cabinet and floor molding as necessary to ensure a pleasing, professional appearance. PERFORMANCE/TECHNICAL REQUIREMENTS: The contractor is encouraged and requested to schedule a site visit to review the construction area, obtain precise measurements and interface with the building contractor. The contractor shall provide a design plan. The contractor shall coordinate the installation time for the casework and accessories with the building contractor. The contractor shall have all supplies shipped, (fob Stennis Space Center, MS) and mobilized by Jan 15, 2007 and be prepared to complete installation by Feb 1, 2007. There may be some fluctuation in the installation date (beyond Feb 1, 2007) because of the building contractor's schedule; however, the contractor shall furnish the supplies by Jan 15, 2007 and be able to complete installation by Feb 1, 2007. The contractor shall provide all furnishings, fixtures and accessories and install all furnishings and fixtures to fit precise measurements and to fit exactly with the building contractor pre-plumbing and pre-wiring connections. The contractor shall complete the installation in a neat and workman-like manner and according to laboratory furniture, casework and related industry standards. The contractor shall furnish and install filler as needed and molding for cabinets and floor as needed and to present a professional appearance. All corners shall be finished and smooth. All laboratory furnishings and fixtures must be compatible with the placement and installation of two bench top fume hoods, one walk-in fume hood, and one oven. EVALUATION CRITERIA-The contractor responses shall be evaluated on : Lowest price and technical acceptability based on the contractor submitting an overall design plan that meets the requirements of this SOW and products that meet industry standards, with experience in the installation of laboratory casework. The contractor shall submit a drawing(s), product specifications, and information regarding past installation of laboratory equipment to demonstrate technical acceptability in accordance with this SOW. The contractor may e-mail Sharyn Erickson, at the address below, for copies of the drawings referenced in the SOW. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the lowest price technically acceptable quotation. The provision at FAR 52.212-1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at www.arnet.far.gov. The successful offeror must be registered in the Central Contractor Registration (CCR) database to be considered for award. The CCR database may be accessed at www.ccr.gov. Clause 52.212-4 Contract Terms and Conditions--Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219-6 Notice of Total Small Business Set-Aside; 2) 52.219-8 Utilization of Small Business Concerns; 3) 52.219-14 Limitations on Subcontracting; 4) 52.219-25 Small Disadvantaged Business Participation Program; 5) 52.222-3 Convict Labor; 6) 52.222-21 Prohibition of Segregated Facilities; 7) 52.222-22 Previous Contracts and Compliance Reports; 8) 52.222-25 Affirmative Action Compliance; 9) 52.222-26 Equal Opportunity; 10) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 11) 52.222-36 Affirmative Action for Workers with Disabilities; 12) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 13) 52.222-41 Service Contract Act of 1965, as Amended; 14) 52.222-42 Statement of Equivalent Rates for Federal Hires; 15) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment: 16) 52.225-15 Restrictions on Certain Foreign Purchases; 17) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 18) 52.252-2 Clauses Incorporated by Reference; 19) 52-222-19, Child Labor-Cooperation with Authorities and Remedies; 20) 52.222-21, Prohibition of Segregated Facilities; and, 21) 52.252-6 Authorized Deviation in Clauses, available at http://www.arnet.far.gov. Under the Service Contract Act of 1965, Wage Determination No: 05-2301 Rev (02) dated 09/14/2006, is applicable to the resulting contract. All offers are due by 4:00 pm EST on Dec. 1, 2006. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA/R4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e-mailed to erickson.sharyn@epa.gov or faxed to 404/562-8370. It is the offeror's responsibility to ensure receipt of faxes or e-mail quotes. Quotes shall include 1) a schedule (list) of offered items to include unit and total price in accordance with the SOW schedule of items, (including shipping charges, if applicable), delivery time, and 2) completed Representations and Certifications (FAR 52.212-3). NOTE: Offerors submitting insufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the RFQ. No paper copies of the RFQ will be provided. Collect calls will not be accepted.
- Record
- SN01180284-W 20061115/061113220706 (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 |