MODIFICATION
43 -- Air Compressor for NIH/NCATS
- Notice Date
- 1/16/2018
- Notice Type
- Modification/Amendment
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
- ZIP Code
- 20892-9661
- Solicitation Number
- HHSN-NIH-NIDA-RFQ-18-077
- Archive Date
- 2/8/2018
- Point of Contact
- Bruce E. Anderson, Phone: 3014021655
- E-Mail Address
-
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: Air compressor for NIH/NCATS at 9800 Medical Center Dr., Building B labs 1. 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. 2. The solicitation number is HHSN-NIH-NIDA-RFQ-18-077 and the solicitation is issued as a request for quotation (RFQ). 3. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11/6/17. 5. The associated NAICS code is: 333912 - Air and Gas Compressor Manufacturing, and the small business size standard 1,000 employees. This requirement is a 100% small business set-aside. 6. General Description - Delivery and installation of one (1) oil less scroll compressor, mounted inside of a rigid steel enclosure (see size restrictions below). 7. Specifications/Requirements: a. Oil less scroll compressors, mounted inside of a rigid steel enclosure b. Has a flow rate between 90-95 CFM @ 100psi (116 PSI max) c. Enclosures to have a powder coated finish, and include sound deadening insulation d. Each compressor pump has a TEFC motor, V-belt drive, and air-cooled after cooler e. System to include a controller for energy efficiency, which starts one motor at time based on air requirements f. The rotary design shall not require any inlet or exhaust valves and shall be rated for 100% continuous duty g. Maximum dimensions: 26" W - 38" L - 61" H. 8. Installation and Testing/Removal of Existing System a. NCATS will ensure that the contracted company will have clear access to the B building penthouse. b. Rig existing Champion Duplex system out to loading dock for customer disposal; existing system will be disassembled and placed at the loading dock by the contracted company without assistance from NCATS staff. NCATS will dispose of the old system once it has been relocated to the loading dock. c. Rig New compressors into place d. New system will be assembled by contracted company without assistance from NCATS staff, to include: • Tie existing electrical to sequencing panel and new compressors • Pipe new compressors to existing piping system • Run drain lines to floor drain e. Test operation of new system - provide a report detailing the installation and testing of the new system describing the operational capacity of the air compressor after the installation. This report will include any problems faced, defects in the product, and the following steps taken to resolve these issues. If the system is deemed defective upon testing, the system will be replaced at no cost to NCATS. 9. Delivery: Within 60 days ARO; Deliver to: 9800 Medical Center Dr., Rockville, MD 20850 10. FAR Clauses a. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. b. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. c. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. d. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, as implemented with the following selected clauses: (1) 52.203-19-Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113‐235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) (January 2017) (2) 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations (November 2015) (3) 52.233-3 - Protest After Award (31 U.S.C. 3553) (August 1996) (4) 52.233-4 - Applicable Law for Breach of Contract Claim (Public Laws 108‐77 and 108‐78 (19 U.S.C. 3805 note)) October 2004 ________________________________________ (5) 52.204-10 - Reporting Executive Compensation and First‐Tier Subcontract Awards (Pub. L. 109‐282) (31 U.S.C. 6101 note) October 2016 (6) 52.219-6 - Notice of Total Small Business Set‐Aside (15 U.S.C. 644) November 2011 (7) 52.219-28 - Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)) July 2013 (8) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). (10) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (11) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (12) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (13) 52.222-50: Combating Trafficking in Persons (22 U.S.C. chapter 78 and E.O. 13627) March 2015 (14) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011). (15) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). Alternate I (MAY 2014) (16) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (17) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). July 2013 11. Source Selection a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 12. Responses/Quotations a. The Offerors should include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. b. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. c. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. d. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service and their small business size status. e. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include (ass applicable): past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. f. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. g. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 13. Response Due Date - All responses must be received by January 24, 2018, 5pm Eastern Standard Time and reference number HHSN-NIH-NIDA-RFQ-18-077. Responses should be submitted electronically to Bruce.anderson@nih.gov. Fax responses will not be accepted. 14. Point of Contact - The name and telephone number of the individual to contact for information regarding the solicitation is: Bruce E. Anderson, Contract Specialist, at bruce.anderson@nih.gov; V (301) 402-1655 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-01-11 14:30:40">Jan 11, 2018 2:30 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-01-16 11:02:57">Jan 16, 2018 11:02 am Track Changes AMENDMENT 01 TO NOTICE, IN RESPONSE TO QUESTIONS RECEIVED: 1. Voltage - The voltage available for this project is 208V. 2. Testing - The Contractor must make sure the pressure that is coming from the compressor is what we require/detailed. You should have the equipment that guarantees that the pressure output is correct up to our existing piping system. 3. Labor - When estimating labor hours to quote for this requirement, be advised that it is the Government's requirement that the entire job not take longer than one (1) business day - longer than this would jeopardize the science being performed in the lab. Each offeror should estimate the time to deliver and install their compressor; the current rig only has to be detached from the plumbing and electric and then taken to the loading dock. AMENDMENT 02 TO NOTICE Item 3. in Amendment 01 is deleted in its entirety, and replaced with the following: 3. THE ONE-DAY INSTALLATION REQUIREMENT IN AMENDMENT 1 IS RESCINDED. QUOTES MUST STATE THE LENGTH OF TIME (IN WORKLDAYS)INVOLVED IN COMPLETING THE INSTALLATION AND TESTING OF THE NEW SYSTEM (INCLUDING MOVING THE CURRENT COMPRESSOR TO THE LOADING DOCK). THIS WOULD TRANSLATE INTO WHEN THE SCIENTISTS WOULD HAVE COMPRESSED AIR AVAILABLE TO DO THEIR WORK (PROVIDE AN APPROXIMATE TIME IF COMPLETION IS ESTIMATED DURING A WORKDAY). (E.G., ~1PM, DURING DAY___). QUALITY OF THE PRODUCT THAT MEETS OUR SPECIFICATIONS, PRICE, AND THE TOTAL LENGTH OF TIME FOR COMPLETION OF THE INSTALLATION WILL BE CONSIDERATIONS IN SELECTING A SOURCE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHSN-NIH-NIDA-RFQ-18-077/listing.html)
- Place of Performance
- Address: 9800 Medical Center Dr., Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04790756-W 20180118/180116231433-2713d6459d28f72209346ea2be11dbc6 (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 |