SOURCES SOUGHT
99 -- CONTAINMENT EQUIPMENT/HEPA FILTER REPLACEMENT
- Notice Date
- 1/7/2021 11:15:39 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140G0221Q0029
- Response Due
- 1/14/2021 12:00:00 AM
- Archive Date
- 01/15/2021
- Point of Contact
- Bertsch, Timothy
- E-Mail Address
-
tbertsch@usgs.gov
(tbertsch@usgs.gov)
- Awardee
- null
- Description
- The purpose of this sources sought is to determine the availability and capability of interested small businesses to include, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, and 8(a) small business to provide Annual Certification of HEPA filter systems at the USGS National Wildlife Health Center located in Madison, Wisconsin. The requirement is for a base and four option years. This notice is being posted for fact finding and planning purposes only and shall NOT be construed as an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services herein. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought a solicitation announcement may be published in the BetaSAM website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response received will not be used as a proposal. The NAICS code is 238220 size standard $14 million All firms interested in this sources sought must be registered with or have the ability to register with the System for Award Management (SAM), in order to receive a Federal contract award. To register, go to the SAM Internet address at http://www.sam.gov. Failure to register may render the offeror ineligible for award of a contract. The NWHC maintains Biosafety Level-3 (BSL-3) containment laboratories for diagnostics, research and analyses involving contagious biological agents such as highly pathogenic avian influenza, white-nose syndrome, plague, monkeypox, West Nile virus, chronic wasting disease, and yet to be discovered infectious agents. Maintaining appropriate facilities and equipment is critical to safely conduct disease research and diagnostic programs to safeguard wildlife, domestic animal and human health, and to remain compliant with applicable oversight bodies of the CDC and USDA. This request is for a base year plus 4 optional years to provide annual certification services for our HEPA filter system � The contractor shall provide (NSF) accredited personnel. Documentation must be provided prior to services. � The contractor shall have extensive applicable experience gained through having BSC certification as the majority of the Contractor�s business. � The contractor shall provide services in accordance with current NSF/ANSI 49, ANSI/ASHRAE 110, IEST and ISO Standards.. � The contractor will use certified, calibrated testing equipment and state of the industry techniques. � All local, state and federal environmental and safety requirements shall be met and are the responsibility of the contractor. � The contractor shall conduct testing and certification of fume hoods, BSCs and roof fans to provide a safe environment for laboratory personnel and in compliance with OSHA laboratory and other regulatory standards. � The contractor shall coordinate the work with the facility to prevent interruption to ongoing research. This will be accomplished through the use and approval of the contractor�s work schedule. � The contractor shall provide personnel who have been medically cleared to wear a respirator. Documentation shall be provided to NWHC prior to services. The contractor must supply their own N-95 respirator. The contractor is responsible for fit testing for tight fitting respirators. The NWHC can provide a powered air purifying respirator (PAPR) if the contracted personnel are medically cleared to wear a PAPR. WORK TO BE PERFORMED BY CONTRACTOR: � Routine Certification o The contractor shall provide certification services for approximately 9 chemical fume hoods. � Face velocity (point readings, average and standard deviation) at full open and as used sash height � Smoke containment test � Cross draft measurements o The contractor shall provide certification services for approximately 37 biological safety cabinets (BSCs) (Class II A1, A2, and B2; recirculating, hard ducted and thimble connected). Services shall include: � Aerosol challenge HEPA filter leak tests � Down flow velocity profile � Inflow velocity � Visual smoke test � Task lighting intensity � Sound levels � Verification/checks on cabinet electronics and peripherals (e.g. gauges, sash alarms, electrical outlets o The contractor shall provide certification services for approximately 60 roof fan HEPA filters. � The exhaust fans are located on the rooftop of two buildings and are exposed to the elements. To access the rooftops, personnel must climb an interior ladder. � The filters are bag-in/bag-out style. o The contractor shall provide similar services (as described above) for other HEPA-filtered devices, including supply HEPA filters, animal containment caging, in-line HEPA filters for drain system associated with containment facility, etc. � Repair Services o The contractor shall identify and repair issues associated with BSC performance. o When a BSC fails certification, the Contractor must place signage on such equipment stating in large font that this equipment is not certified and may be hazardous to use o The contractor shall provide replacement parts for the BSCs or authorize NWHC to purchase replacement parts. � Decontamination Services o Decontamination is required when � BSC is to be relocated � Filter change is required � Mechanical work must be performed on the blower or plenum � Prior to disposal of BSCo The contractor shall perform BSC decontamination using National Sanitation Foundation 49-accepted methods (e.g. paraformaldehyde gas, chlorine dioxide gas, or vaporized hydrogen peroxide) before removing a HEPA filter or decommissioning a unit. o The decontamination process shall not pose a hazard to the user, contractor or equipment. o The contractor provides appropriate PPE and training for their employees for the decontamination process. � Non-routine Certification Services o Examples include but are not limited to the following: � Certification of new unit � Certification after moving a unit � Repair and certification of unit that is not performing properly � Provide price sheet for services that may need to be performed separate of annual service � Certification tags for each fume hood, biosafety cabinet, animal ventilated rack (IVC) and HEPA filters. � Electronic reports with a summary of fume hood, biosafety cabinet and HEPA filters for the items listed in the section above, an explanation of any problems encountered, and any solutions, if applicable. � Electronic reports documenting validation of BSC decontamination Capability and Technical Experience - Interested parties should submit capability statement describing adequate training and experience in scientific and technical appropriateness in reference to the potential work to be performed. Please include company name, address, telephone number, point of contact with an email address, business size, DUNS number, SAM Registration number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). The point of contact is Timothy Bertsch; e-mail tbertsch@usgs.gov. USGS makes no implied or in fact contract by issuing this Sources Sought announcement. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the USGS's view of the information received. Material that requires a non-disclosure agreement or that may be business sensitive will not be accepted. Please note that responses to this notice will not be returned. Contracting Office Address: USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US Point of Contact(s): Timothy Bertsch
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aff261bd04434a4995f85ad6f683ae9a/view)
- Record
- SN05887664-F 20210109/210107230124 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |