Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2018 FBO #6193
SOURCES SOUGHT

56 -- Additions to Animal Drinking Water System, F Wing - Synopsis

Notice Date
11/5/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-19-L-0007
 
Archive Date
12/11/2018
 
Point of Contact
Terry L. Herbert, Phone: 2514415520
 
E-Mail Address
terry.l.herbert@usace.army.mil
(terry.l.herbert@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
REQUEST FOR ISSUANCE OF SYNOPSIS IN FEDBIZOPPS REQUEST FOR ISSUANCE OF SYNOPSIS IN FEDBIZOPPS DATE OF REQUEST: 5 November 2018 TITLE OF PROJECT: Additions to Animal Drinking Water System, F Wing U.S. Army Medical Research Institute of Chemical Defense (USAMRICD), Building E2900, Aberdeen Proving Ground - Edgewood Campus, Maryland SOLICITATION NUMBER: W91278-19-L-0007 RESPONSE DUE DATE: 26 November 2018 or sooner CONTRACT SPECIALIST: Terry Herbert CONTRACTING OFFICER: Kimberly Brackett DESCRIPTION OF WORK: This is a Notice of Intent To provide animal drinking water capability to Rooms: F2205A, 2205C, 2213A, 2213B, 2213E, 2213F, 2221A, 2221B, 2221E, AND 2221F at the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) - Building E2900, Aberdeen Proving Ground - Edgewood, MD. The Mobile District, U.S. Army Corps of Engineers intends to solicit and negotiate with only one source under the authority of FAR 6.302 with AVIDITY SCIENCE, LLC, 819 BAKKE AVE, WATERFORD, WI, 53185 as a vendor of providing the propriety Edstrom Stainless Steel Automated Animal Watering System, materials, and services. The NIACS CODE FOR THIS PROCUREMENT IS 236220. The following types of services are required: The contractor shall install animal drinking water capability, which is compatible with the existing system, in the following rooms: (6) Interconnects in room F2205A (6) Interconnects in room F2205C (8) Interconnects in room F2213A (8) Interconnects in room F2213B (8) Interconnects in room F2213E (8) Interconnects in room F2213F (8) Interconnects in room F2221A (8) Interconnects in room F2221B (8) Interconnects in room F2221E (8) Interconnects in room F2221F The contractor shall provide and install Pressure Reducing Stations, equipped with auto-flush and monitoring features, a shut-off valve and an injection port for system sanitization, and furnished with a stainless-steel cabinet. The locations and number of stations shall be determined by the contractor. The interconnect stations shall each be equipped with a detachable 6' hose with stainless steel quick disconnect couplings, including a clean joint stainless-steel piping room distribution piping system, ½" brackets and mounting hardware. The contractor shall install stainless steel flush valves at terminal ends of the distribution system with an extension of the stainless-steel piping to a sink or floor drain within the animal room. The contractor is responsible for install design and determining required conduit and pipe sizes. The contractor shall be responsible for installing all required piping, conduit, cable/wire, hangers and supports as required. The contractor shall include all low voltage cable, fire sealing, conduit sealing, insulation, labelling, tagging, fittings, boxes, associated equipment and piping. All penetrations and wall mounted equipment to be sealed with low odor, neutral curing, and silicone. Silicone sealant must also be: non-staining, mold, mildew resistant and architectural grade. All work is subject to inspection, approval, and acceptance by the COR. The contractor shall include in their proposal the necessary engineering, hardware, software, labor, materials, tools, equipment, ductwork, cabling, conduit, EMT, configuration, professional service...etc., to provide a complete project. All work shall be in accordance with Local and Federal Building codes: 29 CFR, OSHA, NFPA, ANSI, NEC, Original Equipment Manufacturer, (OEM), requirements, applicable industry standards, and this Statement of Work. The contractor shall include Davis Bacon Wages. Additionally, listed below are the features of the automated watering systems: • 316L grade stainless steel pipe, which is passivized, and electro polished to help it withstand the harsh environment of an animal facility. 316L stainless steel is also a better suited material to withstand high purity reverse osmosis water. • There are no glued fittings or welded joints to assemble in the field. The clean joint acts like a sanitary fitting to eliminate any seams or crevasses for water to enter and stagnate. Therefore, biofilm has less of an opportunity to get a foot hold. • Female and male quick disconnect fittings are also manufactured from 316 grade stainless steel, including the female quick disconnect fitting. This office believes that only one source, AVIDITY SCIENCE, LLC, can provide all of the above required support. If any responsible source other than AVIDITY SCIENCE, LLC can fulfill all of the above requirements, written notification and supporting documentation may be submitted via e-mail to terry.l.herbert@usace.army.mil. The e-mail subject line for each response should include "RESPONSE TO NOTICE FOR: Additions to Animal Drinking Water System, F Wing U.S. Army Medical Research Institute of Chemical Defense (USAMRICD), Building E2900, Aberdeen Proving Ground - Edgewood Campus, Maryland." To be considered a viable source, documentation must clearly demonstrate: (1) Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses, (2) Supporting documentation that meets or exceeds the above stated required types of services. (3) Past experience in installation, program, and setup of Automated Logic program. (4) Freedom from actual or potential conflict-of-interest. If no affirmative written documentation is received within 15 days of this synopsis, the Mobile District Corps of Engineers will proceed with AVIDITY SCIENCE, LLC, as the required vendor for use by our prime contractors. The Government will not pay for any material provided in response to this synopsis nor return the data provided. The results of this synopsis will be considered to be in effect for a period of nine months from the date of publication of this notice. A solicitation is not available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-19-L-0007/listing.html)
 
Place of Performance
Address: U.S. Army Medical Research Institute of Chemical Defense (USAMRICD), Building E2900, Aberdeen Proving Ground - Edgewood Campus, Maryland, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05143457-W 20181107/181105230641-43a0049811e74730552ec2f1a59b99cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.