SOLICITATION NOTICE
H -- Air Sampling Evaluating - RFQ
- Notice Date
- 3/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526
- ZIP Code
- 80526
- Solicitation Number
- AG-82FT-S-09-0003
- Archive Date
- 4/18/2009
- Point of Contact
- Anthony O Salas,,
- E-Mail Address
-
asalas@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. The solicitation number is AG-82FT-S-09-0003. This announcement constitutes only the solicitation, proposals are being requested and a written solicitation will not be issued. The proposed contract is set aside 100% for small business concerns. The American Industry Classification System (NAICS) code is 541350, Small Business Size Standard $6.5 million. Description This requirement is to provide visual inspections and sampling at various locations in the USDA FS/ Rocky Mountain Research Station building located at 2500 South Pine Knoll Drive, Flagstaff AZ 86001 to help discern whether potential indoor air quality concerns, with respect to fungal growth considerations, within the facility continue to be properly addressed. Visual inspections/field observations will consist of a walk-through of accessible interior areas of the facility to inspect for signs of water intrusion and damage. If signs of water intrusion are discovered, additional investigation will be conducted to determine if fungal growth can be visually observed. Sampling will consist of the collection of samples to evaluate for both viable and non-viable airborne fungi in an effort to screen for airborne microbiological constituents. Spore trap samples shall be collected on Air-O-Cell cassettes at a calibrated flow rate of 15 liters per minute and analyzed by light microscopy. Culturable airborne fungi samples shall be collected using a single stage viable microbial particle sampler at a calibrated flow rate of 28.3 liters per minute on malt extract agar plates and analyzed to identify fungi present to species level. Analysis of all air samples shall be completed by a laboratory that: (1) is completely independent of the entity collecting the samples; (2) is accredited by the American Industrial Hygiene Associations EMLAP program for environmental microbiology: and (3) is pre-approved by the RMRS for this project. All sample and evaluation results shall be submitted in a timely manner in the form of a summary letter report that shall briefly describe procedures used, field observations, and sample results. Interpretations, conclusions and recommendations based on observations and/or results will not be included in the submitted report. Please see the attached solicitation for a full statement of work. At a minimum, quotes must include the following information, specifications of the item quoted, delivery date, TAX ID number, and DUNS number. Payment will be made by Electronic Funds Transfer and you must be registered in the Central Contracting Registration website (www.ccr.gov) and registration in ORCA (Online Representations and Certification Applications) www.orca.bpn.gov. The Government will award a contract resulting from this announcement to the responsible offeror who best meets the evaluation criteria in the statement of work at a firm fixed price. You shall submit commercially available literature on your unit that demonstrates that all of the above capabilities are met. From the Federal Acquisition Regulation (FAR), the following provision and clauses are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions to Offerors – Commercial Items, FAR 52.212-3, Notice to Supplier, FAR 52.212.4, Contract Terms and Conditions – Commercial Items, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor, FAR 52.222-21, Prohibitions of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-41, Service Contract Act of 1965. The full text of these clauses may be found at http://farsite.hill.af.mil/vffar1.htm. Wage Determinations can be found at www.wdol.gov - WD 2005-2023 (Rev.-9). Submit your quote and technical information electronically to asalas@fs.fed.us, no later than April 3rd, 2009 – 4:00pm Mountain Time. All questions regarding this project could be sent to the same email address at asalas@fs.fed.us
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eea37f0f3190d47dd328da344fdb947d&tab=core&_cview=1)
- Place of Performance
- Address: USDA/FS Rocky Mountain Research Station, 2500 South Pine Knoll Drive, Flagstaff, Arizona, 86001, United States
- Zip Code: 86001
- Zip Code: 86001
- Record
- SN01761425-W 20090306/090304215753-eea37f0f3190d47dd328da344fdb947d (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 |