MODIFICATION
41 -- Cold Storage Facility
- Notice Date
- 12/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
- ZIP Code
- 21902
- Solicitation Number
- 11-284-SOL-00003
- Archive Date
- 12/31/2010
- Point of Contact
- Leslie M. Lucas, Phone: 4106420701, Timothy R. Bouchelle, Phone: 410-642-6023
- E-Mail Address
-
leslie.lucas@psc.hhs.gov, Timothy.Bouchelle@psc.hhs.gov
(leslie.lucas@psc.hhs.gov, Timothy.Bouchelle@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This 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; proposals are being requested and a written solicitation will not be issued. Solicitation 11-284-SOL-00003 is issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-38. The North American Industry Classification Code (NAICS) is 333415 - Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. This acquisition is a Small Business Set-Aside, and the small business size standard is 500 employees. A proposal is requested for the following item. DHHS, Supply Service Center in Perry Point Maryland is soliciting proposals for the construction of a cold storage facility. This facility is intended for use in storing perishable pharmaceutical products within the existing Supply Service Center site. Companies choosing to submit proposals must address the following minimum design criteria in the scope of their proposal. *The cold room should be sized to accommodate a minimum of ninety six 40"x48" pallets. The room dimensions would be approximately 34'x32'x17' high while taking existing warehouse structure and utilities into consideration. * T he cold room will be located outside of existing facilities but attached to an existing wall. The cold room should, therefore, contain a rain cap, be completely weatherproof, and have a modest slope to shed precipitation. * The design operating temperature should 2°-8°C with a tight +/- operating tolerance to ensure no temperature excursions beyond the design range. Refrigeration equipment should be supplemented with dehumidification to control relative humidity to a maximum of 55%. * High and low temperature alarms should be provided and specified in proposal. * Method of removing condensate should be specified in proposal. * Proposal should include furnishing, installation and calibration of chart recorders. * Proposal should specify the amount and type of insulation in the wall and ceiling panels as well as the material and finish of the panel surfaces. * Refrigeration equipment should have sufficient redundancy to provide 100% backup and be configured for regular automatic switchover. Proposal should specify number and location of temperature sensors and thermostatic controls. Refrigeration systems should deliver air cooling. * Method proposed for support of the ceiling panels should not detract from available storage space. *Fluorescent lighting is preferred and should provide sufficient lighting at working heights for reading text on product labeling. *Proposal should specify electrical supply requirements. * The door used for forklift traffic should be an 8'X8' electric slide type. Proposal should specify the method of door activation. Proposal should also provide for a personnel door situated such that it would have minimal impact on storage locations. *The installation contractor will be responsible for thorough temperature mapping and make any adjustments necessary to provide for uniform temperatures throughout the cold room. *While validation of the cold room will be performed by others, the installation contractor will be responsible for any mechanical corrections necessary for successful validation. *Proposal should state completion timing from date of award. *Proposal should provide warranty information. *Manufacturer's qualifications should be specified in proposal. The provision 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition. Offers will be evaluated on the basis of technical capability to meet the Governments requirement and price. Offerors shall submit a fully executed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items (Sept 2010) with their offer. Please note: Any interested offeror who has not completed the annual representations and certifications electronically at the ORCA website are urged to do so at the following address: https://orca.bpn.gov/. The clauses 52.212-4, Contract Terms and Conditions Commercial Items (June 2010) and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sept 2010) apply to this acquisition as well as the following clauses sited therein: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-7, Notice of Partial Small Business Set-Aside (June 2003); 52.222-19, Child Labor (July 2010); 52.222-21, Prohibition of Segregated Facilities (Feb.1999); 52.222-26, Equal Opportunity (March 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007) (applies to all contracts); 52.225-1, Buy American Act - Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct., 2003); 52.239-1, Privacy or Security Safeguards (Aug. 1996). All clauses and provisions referenced in this announcement can be found in full text format at www.arnet.gov/far. All prospective offerors interested in submitting proposals MUST be registered with the Central Contractor Registry (CCR), www.ccr.gov to be eligible for award. All proposals must meet all minimum specifications. It is incumbent upon all Offerors to provide proper documentation ensuring the equipment meets the minimum criteria. Award will be made to the vendor meeting the best value to the government including cost and technical factors. All transportation shipping costs are to be included in the proposal. Offers must be received by December 16, 2010, 3:00 p.m. EST at the HHS, Supply Service Center, ATTN: Leslie Lucas, Bldg. # 14, Perry Point, MD 21902. Please note that late offers will be handled in accordance with the rules set forth in FAR Clause 52.212-1 (f) "Late Submissions, Modifications, and Withdrawals of Proposals". Faxed offers are acceptable; however it is the responsibility of the offeror to verify receipt of faxed documents. Offers may be faxed to: (410) 642-3566, ATTN: Leslie Lucas. Offerors may also elect to transmit electronic copies to Leslie.Lucas@psc.hhs.gov by the due date. Electronic copies must be in Adobe PDF format and it is the responsibility of the offeror to verify receipt of email copies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/11-284-SOL-00003/listing.html)
- Place of Performance
- Address: DHHS, Supply Service Center, Bdlg 5, Perry Point, Maryland, 21902, United States
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN02337682-W 20101204/101202234523-ddc12f5270f5b1c135cef6d6192f97c2 (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 |