SOLICITATION NOTICE
66 -- The National Institute of Standards and Technology is seeking to purchase a Radiant Cooling System. - Drawings 3046-RC1 and 3046-RC2
- Notice Date
- 4/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RQ-0279
- Point of Contact
- Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Drawings 3046-RC1 and 3046-RC2 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures under the authority of 13.5 Test Program for Certain Commercial Items. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40, Effective 22 Apr 2010 and class deviation 2009-O0009. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $14.0. However this requirement is unrestricted and all interested Contractors may submit a quote. The National Institute of Standards and Technology is seeking to purchase a Radiant Cooling System. This requirement is partially a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency’s needs. This Brand Name or Equal Requirement shall meet the parameters of: 1. CLIC / Strutcatcher system by AIMS fasteners and fittings for the Hangers. 2.Kirsch Architrac 94003 Series for hand drawn operation, complete with carriers, end caps, mounting brackets, wands, etc All interested Contractors shall provide a quote for the following: LINE ITEM 0001: Quantity One (1 EA) the Contractor shall provide and deliver a Radiant Cooling System which includes: Design, Furnish, Installation, and Standard warranty. STATEMENT OF WORK: RADIANT PANEL TEMPERATURE CONTROL SYSTEM Building 216 – Room G115 BACKGROUND: The Center for Nanoscale Science and Technology (CNST) at the National Institute of Standards and Technology (NIST) is a new organization that, as part of its operations, maintains a shared use facility for measurements to support the development of nanotechnology. In addition to a fully equipped nanofabrication laboratory, the center includes a number of state-of-the-art analytical tools. The Center also has an active research program in various areas of nanotechnology and develops instrumentation beyond the state-of-the-art in support of those activities. The Center has recently acquired two state-of-the-art transmission electron microscopes (TEMs) that will enable us to support both the user facility and research program. We are currently in the process of constructing a dedicated microscope suite to house these instruments. In order to obtain the optimum performance from these instruments, very stringent control of the room environment around each microscope is required: temperature, humidity, air-flow, acoustic vibrations, electrical and magnetic fields must all be maintained within tight tolerances. We seek a ceiling-mounted radiant cooling panel system to provide the necessary temperature control inside the microscope suite. The system should be capable of meeting the temperature control requirements specified in this document without adversely affecting the acoustic, air-flow, electrical and magnetic field levels in the rooms. The Contractor shall be responsible for the design, fabrication and installation of the system. SUMMARY: Items to be designed, furnished and installed include; a multi zone ceiling mounted radiant cooling system, complete with its dedicated water-cooled chillers, radiant cooling panels and hanging support devices, piping controls and accessories. The end result shall be a turnkey system where the supplier is responsible for the design, procurement and fabrication of the entire system, its parts and components and field installation, startup and commissioning. Interested parties are encouraged to inspect the site before submitting proposals (See Site Visit). ATTACHMENTS: 1.Execution specifications 1.Background Drawings: i.Drawing 3046-RC1: Reflected ceiling plan (See Attachment 2). ii.Drawing 3046-RC2: Space & tool layout, (noting zoning requirements and equipment heat rejection to space). See Attachment 3. Notes: 1)The above drawings are provided for reference only. The supplier shall provide shop drawings detailing radiant cooling system layout and design, allowing the incorporation of such features as fire sprinkler heads and lights. ENVIRONMENTAL CONDITIONS Table 1: Air flow, ambient air temperatures and humidity in microscope suite and adjoining areas Make Up Air, Minimum35CFMRooms G115-A, G115-B, G115-C, G115-D, and G115-E Make Up Air, Maximum70CFMRooms G115-A, G115-B, G115-C, G115-D, and G115-E Make Up Air Dry Bulb Temperature12.5 °CRooms G115-A, G115-B, G115-C, G115-D, and G115-E Make Up Air Relative Humidity35%Rooms G115-A, G115-B, G115-C, G115-D, and G115-E Ambient Air Temperature, Corridor22 +/- 1oC Ambient Air Temperature, Corridor24 +/- 1oC Table 2: Summary of heat dissipation from the various components of each tool. The locations of the heat dissipating units with respect to the room is defined in the attached drawing. There shall be two similar instruments in rooms G115-D and G115-E. Dissipation in Watts Heat dissipated into air of microscope roomHeat dissipated into air of service roomHeat dissipated into cooling water Columns (all types) + Lorentz lens + Corrector(1) (lenses) + Camera & GIF 450W 10W 0W NANA NA NA NA2500W 50W 200W 200W Optics cabinets (all) + Lorentz 200W 5WNA NA800W 25W TEM/Acc cabinet + AAS + STEM + EDX 300W 150W 50W 200WNA NA NA NANA NA NA NA Power cabinets (all) + Outlets(2) + Lorentz (supply) NA NA NA1000W 2300W 60WNA NA NA Corrector cabinet(1) NA800WNA Camera/GIFcabinet NA900WNA Notes: 1: All values for the corrector are given for ONE corrector only 2: The dissipation of the outlets can contribute both to the microscope or service room, depending on the position of the accessories. The Power unit has two ventilators so some forced air cooling exists at this area. Table 3: Process cooling water conditions ItemSupplyReturn Temperature, oC13.013.9 Pressure, PSI 5027 Additional heat loads will come from the lighting and personnel present in each room. Approximate values are given in the table below. Table 4: Space occupancy levels Zone #Room NumberRoom NameDesign Number of Occupants 1G115-AEntry Vestibule/Air Lock0 2G115-BSample Prep. Room2 3G115-CStorage Room0 4G115-DETEM Titan Room2 5G115-EAnalytical Titan Room2 Note that the critical areas with regard to temperature, noise, vibration etc are around the columns of the microscopes (in rooms G115-D and G115E). The design of the cooling system shall take this into account. SPECIFICATIONS 1.Temperature Control Zones 1.1.The Contractor shall design, provide and install a radiant cooling system sized to maintain design conditions in the three separate control zones of the microscope suite as described in Table 1, below. TABLE 1: Radiant Cooling Control Zones Zone #Room NumberRoom NameConfiguration 1G115-AEntry Vestibule/Air Lock System 1 2G115-BComputer Room 3G115-CStorage Room 4G115-DETEM Titan RoomSystem 2 5G115-EAnalytical Titan RoomSystem 3 Notes: 1.Rooms G115-D and G115-E may also be divided into two sub zones, each, to provide for precise environmental control for the front and back ends of the tool (areas divided by acoustical curtains) 2.Makeup air shall be carefully designed as not to induce draft nearby the tool location. All air movement shall be less than 5m/min and directed away from the tool. 3.Each zone shall be independently controlled. 1.2.Makeup air for the microscope suite shall be extracted from the existing building HVAC system. Aside from this, the proposed radiant cooling system shall be independent of the building HVAC system. 1.3.Each radiant cooling zone shall be capable of operating independently of the adjacent radiant cooling zones. 1.4.Each zone (and, if applicable, subzone) shall be independently controlled to maintain the stated temperature design conditions and tolerances. 2.Temperature Control The temperature set point shall be maintained precisely and with minimal drift at the location of the microscope column to ensure optimum microscope performance. 2.1. The temperature at the locations of the two microscope columns shall be maintained at a set point between 18 °C and 23 °C (settable by NIST personnel) with drift not to exceed +/- 0.2 °C over a period of 1 hour, +/- 0.1 °C over 30 minutes and +/- 0.05 °C over 1 minute. Maximum ambient temperature range 18 - 23°CFor opera¬tion within specification Maximum ambient temperature range 5 - 40°CWithout damage to the microscope Temperature Drift: Hourly+/- 0.2oC 30 Minute+/- 0.1oC 1 Minute+/- 0.05oC 2.2.Any combined closed-circuit cooling unit shall be capable of serving each zone independent from the operational condition of the other zones. The unit shall also be capable of serving any zone while any or all of the other zones are turned off or disconnected, e.g. for maintenance purposes. 3.Humidity Control The humidity of the room shall be monitored and protection against conditions exceeding the maximum humidity specified below provided. 3.1.The humidity shall be maintained at < 80%, dew point below 18 °C 4.Air Velocity It is essential to minimize airflow over the microscope column to avoid introducing noise or mechanical vibration into the system. 4.1.The air velocity at the location of the microscope columns shall be no greater than 5 m/s away from the column 5.Acoustic Performance Acoustic noise is detrimental to the operation of the microscope and shall be minimized (< 40-50 dB). 5.1.The system shall contribute minimal acoustic noise to the room such that the values indicated in the table below are not exceeded. Frequency (Hz)Maximum Acoustic 1/3 Octave Sound Pressure Level (dB) 5040 6546 8046 10047 12049 15048 20042 25037 32033 40032 50035 65035 80036 100039 120043 150040 200042 250042 300042 6.Magnetic Fields Magnetic fields, particularly time varying ones, are detrimental to the operation of the microscope and must be minimized. 6.1.The system shall contribute magnetic fields no greater than 30 nT, peak-to-peak, as measured at the microscope columns. 7.Additional Requirements 7.1.Cosmetic 7.1.1.The system shall have dummy panels, not connected to the water supply, located above the microscope column covering an area no smaller than 2160 mm ± 150 mm by 2425 mm ± 150 mm centered above the column. 7.1.2.All panels (radiant cooling and dummy) shall be of identical design, finishes and color and to be selected from the manufacturer’s available standard finishes and colors. Color sample chips shall be provided prior to fabrication. 7.1.3.All refrigeration equipment housing, housing support, frame and guards shall be finished and painted from the manufacturer’s available standard colors and finishes. Color sample chips shall be provided prior to fabrication. 7.1.4.A complete touchup kit for each type and color of finish shall be provided, to include fillers, primers, paints, and other materials necessary to perform permanent repairs to damaged finish. 7.1.5.Contractor shall supply list of finish options, including paint chips, with pricing. 7.1.6.A low dust class atmosphere (< 1,000,000) and washable surfaces are required. 7.2.Plumbing 7.2.1.The system shall be provided with its own water-cooled chiller(s). These shall be tied into the building process cooling water (PCW). 7.2.1.1.Detailed requirements for the interface between the chiller(s) and building PCW must be supplied within one week of award. 7.2.2.Chiller(s) for the radiant cooling system shall be connected to backup emergency power. 7.2.2.1.Detailed requirements for the interface between the chiller(s) and building power shall be supplied within one week of award. 7.2.3.The system shall be designed to accommodate the fire sprinkler system as detailed in the attached drawing of the reflected ceiling plan. 7.2.3.1.The supplier shall coordinate sprinkler head design and installation such that the required tool clearance is maintained throughout the microscope rooms. 7.3.Mechanical 7.3.1. Contractor shall survey the job site and is responsible for all measurements and coordination with actual field conditions prior to fabrication or delivery of any system components. 7.3.2.The radiant cooling panels’ and their support system shall include the installation of two sets of tracks for hanging two parallel layers of acoustical curtains along the outline shown per attached drawings. The curtain tracks are specified as Kirsch Architrac 94003 Series for hand drawn operation, complete with carriers, end caps, mounting brackets, wands, etc or Equal. The contractor shall meet or exceed the following salient characteristics: 1.Weight capacity: A minimum weight of 15.0 lbs per linear foot (23 kg per linear meter per layer) per layer of hung curtain. The curtain tracks shall be procured and attached to the radiant cooling system panels by the Contractor. The curtains shall be procured and hung in place by the government. 7.3.3.An allowance shall be made for the installation of acoustical curtains, lights and fire sprinkler heads and piping (See section views on the attached drawings for distance between lower face of panels and room floor). All panel cutouts and/or holes to accommodate curtain supports, light fixtures and sprinkler heads must be finished and provided with escutcheons or other devices to conceal holes and/or the exposed cut metal. All holes shall be at least 12mm larger than the size of the penetrating piping, threaded rod, or object and provided with rubber grommets or similar devices to avoid direct contact with the panels. 7.3.4.The use of decoupling devices is required to isolate system components inside the space from those outside the space to prevent the transmission of noise (acoustic and electromagnetic) and/or vibration. 7.3.5.All sound producing components shall be placed outside and away from the spaces where the radiant cooling panels are installed. Other than the radiant cooling panels, their support structure, piping and low voltage control sensors, there shall be no other components of the radiant cooling system allowed in the controlled spaces. All ancillary components, such as chillers, pumps, valve manifolds, etc. shall be placed in the adjacent service galley far enough and decoupled such that any noise and/or vibration cannot be transmitted to the controlled spaces (See section 5 for Acoustic Performance). 7.3.6.Vibration isolation hanger elements shall be positioned as high as possible in the hanger rod assembly, but not in contact with the building structure, and so that the hanger housing may rotate a full 360 degrees about the rod axis without contacting any object. 7.3.7.The radiant cooling panel support system shall utilize existing Unistrut members attached to structural beams, as shown in the attached reflected ceiling plan. Provide suitable intermediate support members as necessary. 7.3.7.1.The supplier shall provide all necessary hardware components for attachment to the building including vibration isolation devices to inhibit the transfer of building vibration through the radiant cooling panels to the space. 7.3.7.2.Hanger rods for vibration isolated support shall be connected to structural beams or joists, not to the floor slab between beams and joists. All mounts shall be aligned squarely above or below mounting points for the supported equipment. 7.3.7.3.If a housekeeping pad is provided, the isolators shall bear on the housekeeping pad and the isolator base plate shall rest entirely on the pad. 7.4.The ceiling assembly shall have provision for access during installation and normal operation for inspection, maintenance and service. 7.5.The lower surface of the radiant cooling panels shall be no lower than 12’ (3660 mm) as measured from the floor of the rooms to permit installation and maintenance of the instruments. 7.5.1.The deviation (sag and tilt) of the panels from the plane shall be no more than 1/4” (6 mm) across each room when filled with water. 7.6.The contractor shall observe and comply with all required clearances between system components and from adjacent walls, doors, windows, and other objects or equipment in the building. 7.7.Electrical 7.7.1.The contractor shall coordinate light fixture design and installation such that the required tool clearance of is maintained throughout the microscope rooms. 7.7.2. All power driven components and/or power supplies shall be placed outside in the chase and away from the spaces where the radiant cooling panels are installed 7.7.3.Motors shall be permanently lubricated with heavy duty ball bearings and pre-wired to the specific voltage and phase. 7.7.4.Each motor shall bear a permanently affixed manufacturer's engraved metal nameplate containing the model number, serial number, horse power, and electrical requirements. 7.7.5.Motors shall have a NEMA Premium™ label as defined at http://www.nema.org/gov/energy/efficiency/premium/ 7.7.6.Chiller assembly/(ies) shall be provided complete with factory mounted disconnect switches, shipped loose for field mounting. Disconnect switches shall be NEMA 1 rated as per the National Electrical Manufacturers Association (NEMA). 7.7.7.Safety Switches: Fusible and non-fusible type, NEMA type HD heavy duty construction. 7.7.8.Enclosure: NEMA 1 7.7.9.Switch blades fully visible in OFF position with door open. 7.7.10.Contact operation quick-make and quick-break. 7.7.11.Switches for motor circuits to be horsepower rated. 7.7.12.Switches for motor circuits controlled by Adjustable Frequency Drives (AFD) shall be electrically interlocked with the controlling AFD. Provide one normally open and one normally closed contact which operate with the initial movement of the switch and prior to the opening of the main switch. 7.7.13.Provide padlocking provisions in OFF position. 7.7.14.Finish: Baked enamel over rust-inhibiting primer. 7.7.15.Fuses for fusible switches. 7.7.16.Provide internally pre-wired in such a manner that power is fed to a single junction box. 7.7.17.Provide chiller(s) and external pump or fan motor (if any) with, each with its individual positive electrical shut-off device. 7.7.18.Provide materials, appliances, and other equipment tested and listed by Underwriters Laboratories, Inc. (UL). Evidence of listed products shall be UL label or other identification acceptable to authorities having jurisdiction. 7.7.19.Provide complete chiller assembly/(ies) tested and listed by Underwriters Laboratories, Inc. (UL). 7.7.20.Where pre-assembled electrical components cannot be UL listed, provide inspection, testing and certification of compliance with applicable standards by and electrical inspection and testing agency acceptable to authorities having jurisdiction. Certification shall state that item has been tested in accordance with UL test methods and that item complies with applicable UL standards. Typical Equipment Label: 7.7.21.All power driven equipment shall be labeled as per NIST equipment labeling standards. Example – B2-1-EE.4/14.9-1 B= Equipment Type A - 480Y/277 Volt Panelboard B – 208Y/120 Volt Panelboard DP – Distribution Panel DT – Dry Type Transformer SWBD – Switchboard MCC – Motor Control Center LI – Load Interrupter Switch 2 = System Type (i.e, pg 1 for all 1-7 listed types, color code chart) 1 = Level (i.e. Floor of the Building) EE.4/14.9 = Column Line Intersection 1 = Sequence 7.7.22.Electrical Wiring and Raceway: 7.7.22.1.All work shall be in accordance with current edition of the National Electric Code and National Fire Alarm Code. 7.7.22.2.All electrical power wiring shall be twisted pair. To reduce magnetic fields, twist phase, neutral and isolated ground conductors of each circuit within the raceway. Provide a minimum of 10 twists per meter of circuit. 7.7.22.3.Use only #12 gauge wire or larger for power circuits. Use #14 gauge wire for control circuits. All circuits shall have a grounding conductor. Analyze the non-linear loads to determine if a project requires that all circuits have separate and or oversized neutrals. Conductors No. 10 AWG and smaller shall be solid copper. Conductors larger than 10 AWG shall be stranded copper. Install wiring at outlets with at least 12 inches of slack conductor at each outlet. Use only copper wire. 7.7.22.4.Use only compression fittings on EMT and rigid. Setscrew fittings shall not be used. 7.7.22.5.The minimum circuit size shall be 20 amps for power circuits. Smaller size fuses are allowable as required for equipment and transformer protection. 7.7.22.6.Building wire shall use 90C insulation but shall be sized for a maximum temperature of 60C when making connections to existing electrical equipment. 7.7.22.7.Minimum raceway size shall be ¾”. 7.7.22.8.All circuits shall have a ground wire rather than using the conduit as the ground path. 7.7.22.9.All floor and wall penetrations shall be fire caulked with 3M WB 25+ caulk or approved equivalent. All through-penetrations of fire rated assemblies (floors-ceilings, roof-ceilings, walls) with openings, pipes, ducts, conduits, cable trays, or cables shall have a U.L. Fire Resistance Directory listed, numbered fire stop system installed in and around the penetrations, conforming to the construction type, penetrate type, annular space requirements and fire rating involved, in accordance to manufacturer’s instructions and capable of maintaining the fire resistance rating of the fire barrier 7.7.22.10.General: In all cases, isolated electrical equipment shall be positioned so that it is free-standing and does not come in rigid contact with the building structure or other systems. 8.SYSTEM LAYOUT: 8.1.The system shall be designed to be as compact as possible. All space requirements shall be coordinated with the installation, usage and maintenance requirements of the microscopes and building components such as power panels, utility racks, etc. The supplier’s design must observe horizontal and vertical clearances for the microscopes as well as code requirements and industry standards. 8.2.Refer to attached floor plan sketches (Appendix B) for space configuration, room and tool layout, system zoning requirements and equipment heat rejection to space. Refer to sections for elevation views and height of structure, tool vertical requirements, etc. 9.SHOP DRAWINGS/SUBMITTALS: 9.1.Provide shop drawings on each radiant cooling system and component prior to fabrication or shipment. 9.2.Submit for NIST review complete engineering system sizing calculations. The calculations shall include all heat generating equipment, lights and occupants and account for latent heat due to occupants and outside air. The calculations shall be in such detail to substantiate system component sizing and specification. 9.3.Shop drawings shall include dimensional drawings (system configurations, design and features and installation floor plans, elevations, sections, details, electrical connection, and attachments to other work) and indicate details for anchoring components to building structure including locations of hangers and supports. Include calculations demonstrating that anchorages comply with seismic performance requirements. 9.4.Shop drawings shall include radiant cooling system layout, including reflected ceiling plans indicating shape, size and locations of radiant cooling panels, size and location of cutouts for fire sprinkler heads, lights and curtain supports. All dimensions shall be based and referenced to the supplier’s own field survey. 9.5.Shop drawings shall include chiller and support system layouts indicating location, size and clearance requirements. All system support components shall be located in the service galley adjacent to the microscope suite. There shall be no mechanical parts (other than distribution piping) installed in, or above, the microscope suite. 9.6.Shop drawings shall include make air design requirements, size and location of connection(s) to building system, size and location of ductwork, dampers, etc. 9.7.Shop drawings shall include process cooling water requirements, size and location of connection(s) to building system, size and location of pipe runs, valves, strainers, etc. 9.8.Shop drawings shall include all electrical requirements for the system. 9.9.Contractor shall provide product data sheets and performance curves for each component at the specified operating point, with the thermal capacity, fluid flow, static pressure and horsepower clearly plotted. 9.10.Contractor shall provide noise and vibration data for all system components that contain rotating or moving parts, and/or components that convey any fluids in the form of liquid or gas. 9.11.Contractor shall provide sound attenuation capability data for radiant panels. 9.12.Contractor shall provide manufacturer's certification that refrigeration, fluid and air moving components meet or exceed industry standards. 9.13.Contractor shall provide, prior to fabrication, color sample chips representative of the manufacturer’s available standard finishes and colors. 9.14.Detailed requirements for the interface between the system and/or the system chillers chiller(s) and building power, make up air and PCW shall be supplied within one week of award. 10.OPERATION AND MAINTENANCE MANUALS 10.1.Contractor shall provide 3 copies of the manufacturer Installation, Operation, and Maintenance (IOM) Manual. 10.1.1.The IOM shall, at a minimum, include instructions on installation, operations, maintenance, adjustments, receiving, handling, storage, safety information and cleaning, troubleshooting guide, parts list, warranty and electrical wiring diagrams. 10.1.2.Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: a)Equipment descriptions. b)Operating standards. c)Operating procedures. d)Operating logs. e)Wiring diagrams. f)Control diagrams. g)Precautions against improper use. h)License requirements including inspection and renewal dates. 10.1.3.Descriptions: Include the following: a)Product name and model number. b)Manufacturer's name. c)Equipment identification with serial number of each component. d)Equipment function. e)Operating characteristics. f)Limiting conditions. g)Engineering data and tests. h)Complete nomenclature and number of replacement parts. 10.1.4.Operating Procedures: Include the following, as applicable: a)Startup procedures. b)Equipment or system break-in procedures. c)Routine and normal operating instructions. d)Regulation and control procedures. e)Instructions on stopping. f)Normal shutdown instructions. g)Special operating instructions and procedures. h) Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. 10.2. EQUIPMENT MAINTENANCE MANUALS 10.2.1.Content: For each piece of equipment include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. 10.2.2.Source Information: List each system, subsystem, and piece of equipment included in manual identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. 10.2.3.Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: a)Standard printed maintenance instructions and bulletins. b)Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. c)Identification and nomenclature of parts and components. d)List of items recommended to be stocked as spare parts. 10.2.4.Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: a)Test and inspection instructions. b)Troubleshooting guide. c)Precautions against improper maintenance. 10.2.5.Disassembly; component removal, repair, and replacement; and reassembly instructions. 10.2.6.Aligning, adjusting, and checking instructions. 10.2.7.Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 10.2.8.Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 10.2.9.Maintenance and Service Record: Include manufacturers' forms for recording maintenance. 10.2.10.Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. 10.2.11.Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. 10.2.12.Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 10.2.13.Include procedures to follow and required notifications for warranty claims. 11.STARTUP SUPPORT 11.1.Since the cooling system is being installed before the heat loads represented by the microscopes are installed, there shall be a minimum ofone visit by the vendor after the microscope installation to make any adjustments needed to the system to ensure its operation to specification. 11.2.Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: a)Equipment descriptions. b)Operating standards. c)Operating procedures. d)Operating logs. e)Wiring diagrams. f)Control diagrams. g)Precautions against improper use. h)License requirements including inspection and renewal dates. 11.3Descriptions: Include the following: a)Product name and model number. b)Manufacturer's name. c)Equipment identification with serial number of each component. d)Equipment function. e)Operating characteristics. f)Limiting conditions. g)Engineering data and tests. h)Complete nomenclature and number of replacement parts. 11.4Operating Procedures: Include the following, as applicable: a)Startup procedures. b)Equipment or system break-in procedures. c)Routine and normal operating instructions. d)Regulation and control procedures. e)Instructions on stopping. f)Normal shutdown instructions. g)Special operating instructions and procedures. 11.5Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. APPENDIX PRODUCTS 1)VALVES a)Manufacturers: Named manufacturers are approved. Substitutions are not permitted. i.Polypropylene Ball Valves: Asahi, Georg Fischer, Hayward. ii.Polypropylene Check Valves: Asahi, Georg Fischer, Hayward. iii.Plastic Body Diaphragm Valves: Asahi, Georg Fischer. b)Conditions: i.When two or more valves of the same type are used in the same service, all valves of this type shall be from the same manufacturer. ii.Unless noted otherwise, valves shall open when handwheel or stem is turned in a counter-clockwise rotation and shall close when turned in a clockwise rotation. 2)PIPING a)Pipe materials shall match existing at points of connection. 3)PIPE SLEEVES AND SEALS a)Contractor shall reuse existing sleeves where available. Otherwise shall drill holes and provide sleeves and seals to match existing. PLASTIC PIPE CONNECTIONS 1)For plastic piping, do not use adhesives, cements or sealers which have deteriorated or which will not spread smoothly. 2)Join plastic piping by solvent-cementing following ANSI/ASME B31.3. VALVE INSTALLATION PROCEDURES 1)Provide valves at branch connections to mains and at equipment, as shown. 2)Use valves of same size as pipe in which they are installed. 3)Install valves with the stem on or above the horizontal. 4)Install valves so they are accessible for operation, and free from interference when operated. ELECTRICAL EQUIPMENT AND WIRING 1)Unless otherwise specified, install wire in rigid steel conduit. 2)Where equipment is furnished without factory mounted control panels or motor starting equipment, install internal control and power wiring to terminal junction or control boxes at one location for connection of field wiring. PATCHING, REPAIR AND PAINTING 1)Patch, repair and paint any and all surfaces modified or damaged as part of the work. All surfaces shall be patched, repaired and painted to match existing. HANGERS AND SUPPORTS DEFINITIONS 1)Supports: Attachments, hangers, rests, inserts, couplings, anchors, saddles, guides, channels, nuts, bolts, plates, rods, supplemental steel and other miscellaneous components required to support the work. 2)Ambient Systems (B): Content of pipeline is not heated or cooled and will remain at 60 to 119 degrees F. 3)Plastic Pipe: Thermoset or thermoplastic, rigid or semi-rigid PVC, ABS, DWV, CPVC, FRP, PP, PVDF and others. PIPE HANGERS, SUPPORTS AND ATTACHMENTS 1)Provide one piece automatic locking, corrosion resistant pipe tube support and hanger. Hangers shall be fabricated from nylon PA 12, a high performance polyamide. Hangers shall be CLIC / Strutcatcher system by AIMS fasteners and fittings or equal. The contractor shall meet or exceed the following salient characteristics: 1. None metallic pipe hangers. 1)Contractor shall provide required formed metal channel (strut), anchors, rods, and accessories to meet various hanging conditions. 2)Hanger Rods: Steel, cadmium plated, threaded both ends, threaded one end, or continuously threaded. INSERTS AND ATTACHMENTS 1)Select inserts and attachments to suit loading conditions in accordance with manufacturer's recommendations. 2)Attachments to Existing Construction: Utilize existing Unistrut system PIPE HANGERS AND SUPPORTS 1)Support piping systems in accordance with applicable referenced standards. Space plastic piping in accordance with manufacturer's written recommendations. Independently support concentrated weights such as valves, strainers, heavy fittings and where direction changes occur. 2)Provide pipe system supports immediately adjacent to connected equipment. Do not support system valve trains and pipe risers on pumps, heat exchangers or other similar equipment. 3)Supports required for hydrostatic testing of steam systems shall be permanent. 4)Place a hanger within 12 inches of each horizontal elbow. 5)Support riser piping independently of connected horizontal piping. 6)Attach supports to building structure or supplemental steel attached to building structure. Do not support piping from other piping. Delivery Delivery shall be FOB DESTINATION and shall take place not later than 12 weeks after receipt of Contract Award. Installation: The system shall be installed by the Contractor and meet minimum specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, NIST Gaithersburg, Maryland campus in Building 216 – Room G115 The contractor shall schedule and conduct installation/set-up at NIST. Warranty: Quotation shall include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and at least a one-year warranty. This warranty shall cover non-consumable parts and travel/labor on-site at no additional cost to the Government should this become necessary within the warranty period. To minimize system down-time and facilitate the repair or replacement of defective or damaged parts, vendors shall provide warranty repair service within 48 hours and inventoried standard product spare parts. QUOTATION EVALUATION: Evaluation Factors: Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are more important than price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements/Salient Characteristics. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. Experience: NIST will evaluate the extent of the offeror’s experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same equipment they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past 5 years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Past Performance Information, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. Price: The government shall evaluate price for reasonableness. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3 Buy American Act—Free Trade Agreement; (ii) Alternate l of 52.225-3 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. 2. 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (MAR 2000) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.201-72 CONTRACTING OFFICER’S REPRESENTATIVE (COR) (APR 2010) (a) ___________ is hereby designated as the Contracting Officer’s Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: _______________________________ _______________________________ _______________________________ Phone Number: __________________ Email: _________________________ (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) 1352.271-83 GOVERNMENT REVIEW, COMMENT, ACCEPTANCE AND APPROVAL (APR 2010) (a) Documentation, including drawings and other engineering products and reports, required by the contract to be submitted for review, comment, acceptance or approval will be acted upon by the Government within 30 calendar days after receipt by the Government, unless another period of time is specified. (b) The Government shall respond to Condition Reports, as defined in the Specifications, within five (5) working days, unless the Government notifies the contractor that a longer period of time will be required. If the contractor requests a response in less than five (5) working days, the Government will attempt to accommodate the request, but does not guarantee a response in less than the time limits stated above. (c) Review, comment, acceptance or approval by the Government as required under this contract and applicable specifications shall not relieve the contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such review, comment and acceptance or approval. (End of clause) 52.236-13 -- Accident Prevention. (a) The Contractor shall provide and maintain work environments and procedures which will -- (1) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities; (2) Avoid interruptions of Government operations and delays in project completion dates; and (3) Control costs in the performance of this contract. (b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall -- (1) Provide appropriate safety barricades, signs, and signal lights; (2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and (3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken. (c) If this contract is for construction or dismantling, demolition or removal of improvements with any Department of Defense agency or component, the Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation. (d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor’s representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. (e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts. (End of Clause) Alternate I (Nov 1991). If the contract will involve (a) work of a long duration or hazardous nature, or (b) performance on a Government facility that on the advice of technical representatives involves hazardous materials or operations that might endanger the safety of the public and/or Government personnel or property, add the following paragraph (f) to the basic clause: (f) Before commencing the work, the Contractor shall -- (1) Submit a written proposed plan for implementing this clause. The plan shall include an analysis of the significant hazards to life, limb, and property inherent in contract work performance and a plan for controlling these hazards; and (2) Meet with representatives of the Contracting Officer to discuss and develop a mutual understanding relative to administration of the overall safety program. SAFETY PLAN: A Safety Plan shall be required from the awardee four weeks after contract award (see attachment 1 for Safety Plan Outline). REQUIRED SUBMISSIONS (Addendum to FAR 52.212-1, Quotation Preparation Instructions: All quoters shall submit the following: 1.An original and one (1) copy of a quotation which addresses all Line Item(s) and all evaluation criteria including the technical description and/or product literature and explain how your product/solution meets or exceeds each specification/Statement of work. 2.Quoters should provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. 3.Contractor shall supply list of finish options, including paint chips, with pricing. 4.Provide Site Visit information prior to site visit. SITE VISIT REQUIREMENTS SITE VISITS shall take place on Monday, May 10, 2010, at 10:00am Eastern Time. The site visit shall begin promptly at 10:00 am. Attendees must be on-site by 9:30 AM. Attendees shall convene at NIST, Building 301, 100 Bureau Drive, Gaithersburg, Maryland. The site visit shall allow offerors to view the space where the instrument(s) will be housed. Potential offerors are strongly encouraged to attend site visit. In no event shall failure to inspect the instrument constitute grounds for a claim after contract award. No cameras or Video devices are allowed. To better facilitate the site visit, it is requested that all technical questions be submitted in writing to Janet Lamb, Contract Specialist, via e-mail no later than 3:00 pm Eastern Time on Thursday, May 13, 2010. If required, an amendment including questions and answers shall be posted at www.fedbizopps.gov. Offerors are advised that the terms and conditions of the RFQ remain the same unless changed by amendment. SECURITY REQUIREMENTS Because of heightened security, Offerors who are planning to attend the site visit shall e-mail their intention to attend to Janet Lamb, at janet.lamb@nist.gov, not later than 3:00 pm on Friday, May 07, 2010, with the following information: 1) Company name 2) Names of all individuals attending the site visit 3) Country of Citizenship of all individuals attending the site visit* *For non-US Citizens, the following additional information will be required: 1) Title 2) Employer/Sponsor 3) Address Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each offeror to register for the site visit. Offerors must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive) Please ensure all individuals bring photo identification or they will be denied access to the facility. ¬¬¬¬ All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. DUE DATE FOR QUOTE: ***Submission shall be received not later than 1:00 p.m. local time on May 18, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox of Janet Lamb. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) at janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED. Because of heightened security, Fed-Ex, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Janet Lamb at 301-975-6205. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Attachment 1 Outline of a NIST Safety and Health Plan for a Specific Contract The following areas are typically addressed in a contract specific safety and health plan. A plan shall be job-specific and shall also address any unusual or unique aspects of the project or activity for which it is written. 1. SIGNATURE SHEET. Title, signature, and phone number of the following: a. Plan preparer (qualified person such as corporate safety staff person, QC). b. Plan must be approved, by company/corporate officers authorized to obligate the company (e.g., owner, company president, regional vice president, etc.). c. Plan concurrence (e.g., Chief of Operations, Corporate Chief of Safety, Corporate Industrial Hygienist, project manager or superintendent, project safety professional, project QC) (provide concurrence of other applicable corporate and project personnel (Contractor)). 2. BACKGROUND INFORMATION. List the following: a. Contractor; b. Contract number; c. Project name; d. Brief project description, description of work to be performed, and location on NIST Gaithersburg site. e. Contractor and sub-contractor accident experience (provide 2 years OSHA 300 Forms, corporate safety trend analyses); and any OSHA/STATE citations. 3. STATEMENT OF SAFETY AND HEALTH POLICY. a. List NIST job-specific phases of work and identify any/all hazardous activities. List all safe work practices to be followed during each project activity phases. b. Provide a copy of your current corporate/company Safety and Health Policy Statement. 4. RESPONSIBILITIES AND LINES OF AUTHORITIES. a.Identification and accountability of personnel responsible for safety - at both corporate and project level. (Contracts specifically requiring safety or industrial hygiene personnel should include a copy of their resume. The COTR will review the qualifications for acceptance.) b.Lines of authority to include sub-contractors. 5. SUBCONTRACTORS AND SUPPLIERS. Provide the following: a. Identification of subcontractors and suppliers (if known); b. Means for controlling and coordinating subcontractors and suppliers; and c.Safety responsibilities of subcontractors and suppliers. 6. TRAINING. a.List subjects to be discussed with employees in safety indoctrination. b.List mandatory training and certifications that are applicable to this project (e.g., explosive actuated tools, confined space entry, crane operator, excavation, certification, NFPA 70E, PPE) and any requirements for periodic retraining/recertification. All applicable training certifications shall be submitted to NIST prior to work proceeding. c.Outline requirements (who attends, when given, who will conduct, etc.) for supervisory and employee safety meetings. 7. SAFETY AND HEALTH INSPECTIONS. Provide details on: a. Who will conduct safety inspections (e.g., PM, safety professional, QC, supervisors, employees), when inspections will be conducted, how the inspections will be recorded, deficiency tracking system, follow-up procedures, etc. Copies of safety reports shall be submitted to the NIST COTR for review. b.The names of competent and/or qualified person(s) and proof of competency/ qualification to meet specific OSHA competent/qualified person(s) requirements must be attached. 8. SAFETY AND HEALTH EXPECTATIONS, INCENTIVE PROGRAMS, AND COMPLIANCE. a.The company's written safety program goals, objectives, and accident experience goals for this contract should be provided. b.A brief description of the company's safety incentive programs (if any) should be provided. c.Policies and procedures regarding noncompliance with safety requirements (to include disciplinary actions for violation of safety requirements) should be identified. d.Provide written company procedures for holding managers and supervisors accountable for safety. 9. ACCIDENT REPORTING. The Contractor shall identify who, how, and when the following will be completed: a. Exposure data (man-hours worked); b. Accident investigations, reports, and logs; c. Immediate notification of major accidents to NIST contact. 10. MEDICAL SUPPORT. Outline on-site medical support and/or offsite medical arrangements including rescue and medical duties for those employees who are to perform them, and the name(s) of onsite Contractor personnel trained in first aid and CPR. 11. PERSONAL PROTECTIVE EQUIPMENT. Outline procedures (who, when, how) for conducting hazard assessments and written certifications for use of PPE. Outline procedures to be followed to assure the proper use, selection, and maintenance of personal protective and life saving equipment (e.g., protective footwear, protective gloves, hard hats, safety glasses, hearing protection, body harnesses, and lanyards). 12. REQUIRED PLANS (when specific work is necessary as part of the contract) a.Plans for the layout of temporary construction buildings, facilities, fencing, and access routes and anchoring systems for temporary structures shall be submitted to and approved by the COTR. b.Spill prevention plan and response plan c.Plan for posting of emergency telephone numbers d. Hazard communication plan - Provide the location of MSDS, records of Contractor employee training, and inventory of hazardous materials (including approximate quantities and a site map) that will be brought onto Government project by the Contractor and subcontractor. All hazardous materials must have NIST approval prior to materials entering NIST site. e.Respiratory Protection Plan. Where respirators are necessary to protect the health of the employee, establish and implement a written respiratory protection program with work site specific procedures in accordance with this section and OSHA’s respiratory protection standard at 29 CFR 1910.134. Designate a competent person as program administrator, who is qualified by appropriate training or experience that is commensurate with the complexity of the program, to administer and oversee the respiratory protection program and conduct the required evaluations of program effectiveness. All contract employees respirator fit test and medical records must be submitted to NIST before any work is to proceed. f. Health Hazard Control Plan The analyses shall identify all substances, agents, and environments that present a hazard and recommend hazard control measures. Engineering and administrative controls shall be used to control hazards; in cases where engineering or administrative controls are not feasible, PPE may be used. g. Confined Space Access Plan Confined space work covered by OSHA’s General Industry (29 CFR 1910) and Construction (29 CFR 1926) standards shall be performed in accordance with 29 CFR 1910.146 and as provided herein. h. Control of Hazardous Energy (Lock out/Tag out) Before an employee performs any servicing or maintenance on a system where the unexpected energizing, start up, or release of kinetic or stored energy could occur and cause injury or damage, the system shall be isolated All procedures shall be performed in accordance with 29CFR1910.147 i. Fall protection plan Provide details of the contractors fall protection program to include, but not limited to, roofing, ladders, and scaffolding. j. Electrical Safety NFPA 70E (current edition) Provide details on the contractor’s energized work program to include, but not limited to fire resistant clothing (FR), PPE, insulated tools, energized work permit, barricades and signs, justification for working on the electrical circuits energized except for trouble shooting, and training for individuals to comply with NFPA 70E related requirements. Provide details on energized work program for trouble shooting energized circuits, which shall include checking terminals electrical equipment for voltage potential. Electrical safety shall be discussed in the plan to all trades not just to electricians. Mechanical based trades traditionally placed air handling equipment and pumps. Those trades also traditionally replace electrical equipment and/or make electrical connections. Those trades traditionally check phase rotation as an example, and as thus are exposed to energized parts as defined in NFPA 70E. k. Excavation and Trenching Plan Provide details on excavation and trenching plan to include, but not limited to, shoring, trench boxes, soil storage area, and means to prevent pedestrians and vehicles within the construction zone. Drawings and/or sketches are encouraged for this plan. 13. CONTRACTOR INFORMATION. The Contractor shall provide information on how they will meet the requirements of applicable. As a minimum, excavations, scaffolding, medical and first-aid requirements, PPE, fire prevention, machinery and mechanized equipment, electrical safety, public safety requirements; and chemical, exposure prevention requirements shall be addressed as applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0279/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02136061-W 20100501/100429235041-d9aa293eb237af8101e8f65b21c3d610 (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 |