SOLICITATION NOTICE
Y -- Six ton vertical bulk storage tank for CO2 - 52.212-5
- Notice Date
- 6/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-14-1135417
- Point of Contact
- Julia A Savage, Phone: 240.402.7616
- E-Mail Address
-
julia.savage@fda.hhs.gov
(julia.savage@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 52.212-5 Contracting Office Address Department of Health and Human Services, Office of Acquisition Grants Services, 5630 Fishers Lane, Rockville MD, 20877 Description: Carbon Dioxide Storage Tank The Food and Drug Administration intends to award a contract for the services/supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This action is for small business size standard is 500 employees. (ii) The solicitation number is, FDA-14-1135417. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74, May 30, 2014. (iv) This is a firm fixed price requirement. All responsible sources may submit a quote which shall be considered. The associated North American Industry Classification System (NAICS) Code is 325120 (v) Six (6) ton vertical bulk storage tank for Carbon Dioxide (vi) Deliverables: Background The Center for Biologics Evaluation & Research (CBER) laboratories, currently located at National Institute of Health (NIH) campus, are moving to FDA White Oak Campus on July 7, 2014. In preparation for the move, CBER will need to procure a bulk carbon dioxide storage tank for the FDA Life Sciences Biodefense Complex at White Oak before the laboratories from NIH can be moved. The gas is required to supply the carbon dioxide house system. Objective The purpose of this Statement of Work (SOW) is to procure a bulk carbon dioxide storage tank and initial fill at the FDA Life Sciences Biodefense Complex (Loading Dock 72/52, 10903 New Hampshire Avenue, Silver Spring, MD 20993). Scope • Contractor shall provide and install 6 Ton vertical bulk-supply storage tank for carbon dioxide that is appropriately sized and coordinate with the building facility staff insure the proper location, tank size and installation. • The system shall include all redundant apparatus to maintain continuous supply and prevent single point failure. This includes, but is not limited to the refrigeration units/pressure build vaporizers and all related near tank equipment to maintain continuous service and preclude disruptions, (such as during routine maintenance or unplanned failures) The emergency back-up supply (BAS) shall not substitute for provision of redundant equipment. Only a single bulk tank is required. • Contractor shall provide a fully complete system to be connected to the building electrical and building distribution system • Contractor shall include a telemetry tank monitoring system to refill as needed, but in no case shall the tank have less than a 10 day reserve supply. • Contractor shall deliver carbon dioxide that is USP grade or better. • The Contractor shall be responsible for providing all materials and labor. • The Contractor shall also identify and comply with all applicable laws, rules regulations and directives governing the transportation, storage, safety, qualification, and certification of gas and tank necessary to perform the contract. • All required safety devices, warning signage, and connections to on-site utilities shall be included. • The telemetry system shall be automatically monitored by the bulk gas vendor and shall include dry contents for monitoring by the BAS. The contractor shall include connection to the BAS system. • Alarms shall be provided at all low/order product, and emergency conditions; as well as all normally monitored conditions in accordance with industry standard. • All controls shall fail in a safe position, and to maintain safe, controlled supplies and supply continuity. • Bulk supply shall be provided with a connection point for emergency back-up connection from an emergency bulk supply (tanker truck, micro bulk etc) • Bulk tank shall be vacuum jacketed. • The system shall have carbon dioxide that is USP grade or better. • All components shall be clean for oxygen service in conformance with CGA G-4.1. Maximum particulate shall not exceed that permitted in ISO 8573-1, 2010 Class 2 particulate. • Tank, components and installation shall be entirely compliant with all applicable codes, including NFPA standards, ASME B31.3 (or alternately ASME B31.1); Code of Federal Regulations (49 CFR), and Section III of the ASME Boiler and Pressure Vessel Code and AWS methods. • All welding shall be qualified in accordance with ASME Boiler and Pressure Vessel Code and AWS methods. • Entire source system shall be designed by qualified, registered engineers in conformance with the laws of the United States. • Outlet pressure from system shall be 25 PSIG, adjustable, with regulators in parallel to maintain continuous supply. • The bulk system shall include an automatic reserve source of supply, high pressure gas type, capable of providing not less than 5% (10% where possible within available working space) of the bulk supply cavity gas capacity, as an emergency reserve. In lieu of high pressure gas reserve, a liquid reserve may be provided where high pressure gas will not fit within allotted space, provided such reserve is vacuum insulated and provided with independent components to maintain gas continuity, and provided at least 3% capacity is provided as a high pressure supply gas emergency automatic reserve. • The supply system shall include over-pressure protection to protect the building and bilk tank, and to protect from loss of pressure or gas supply in the event of a malfunction or tank over-fill condition. • The system shall be designed to be fully compatible with building electrical systems and utilities as available at the bulk tank site. • Contractor shall be responsible for all system start-up and calibration. Contractor shall submit gas quality test from an ISO 17025 accredited laboratory for chemical purity and particulate, including moisture. • All piping materials and methods shall be clean for oxygen service, and suitable for the application and maximum pressure of exposure. • Relief and safety devices shall be engineered for proper type, location and capacity. • All required components for control of stresses shall be provided. • All components shall be properly anchored to structure, with design and anchorage by contractors registered structural engineer. The contractor shall be responsible for suitability of all anchorage. • The final installation shall be certified by the contractor's authorized responsible engineer. • Operation and Maintenance manuals shall be provided, including all required safety precautions and documentation of training material. • All electrical components shall be in accordance with the current edition of NFPA-70 (NEC). Controls shall not be less than NEMA 4 or NEMA 4X. • Materials of Construction: Tank: Stainless Steel or Steel. Piping: Stainless steel, except ASTM B819 Type L or K may be used for copper tubing carrying gas. Vaporizer may be aluminum. MATERIAL SAFETY DATA SHEETS (MSDS): The contractor must prepare an MSDS for each hazardous item as prescribed in Federal Standard 313, and ensure that the contract number, part number/trade name, National Stock Number (NSN) or Local Stock Number (LSN), Temporary Stock Number (TSN), Activity Control Number (ACN) and complete specification reference including type, grade and class are included on the MSDS. This applies to all items that are classified as hazardous in Federal standard No. 313 or in the OSHA Hazardous Communication Rule (29 CFR, PART1910, and SUBPART H). INSPECTION AND TESTING: The contractor is responsible for the performance of all inspection and testing requirements. APPROVALS: The contractor is responsible for obtaining/maintaining all required certifications, licenses, and state and municipal locale approvals, as specified herein during performance of the contract. WORKMANSHIP: Unless otherwise specifically provided herein, the quality of all items rendered shall conform to applicable industry standards. Delivery Address Delivery must be coordinated with CBER in advance. US Food & Drug Administration Center for Biologics Evaluation & Research (CBER) 10903 New Hampshire Avenue Building 52 Loading Dock, Silver Spring, MD 20993 An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Destination, with services on-site. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance: Delivery is required 60 days after receipt of order (ARO). FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, White Oak Campus, 10903 New Hampshire Ave, Bldg 52, Silver Spring MD, 20993 (vii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items,(MAY 2014) applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: ( Clauses applicable to construction contracts) 52.222-6, 52.222-7, 52.222-8, 52.222-9, 52.222-10, 52.222-11, 52.222-12, 52.222-13, 52.222-14, 52.222-15, 52.222-23, 52.222-26, 52.222-27, 52.225-9, 52.225-10, 52.225-13, 52.232-5, 52.232-27, 52.236-2, 52.236-3, 52.236-5, 52.236-6, 52.236-7, 52.236-8, 52.236-9, 52.236-10, 52.236-11, 52.236-12, 52.236-13, 52.236-14, 52.236-21, 52.236-27, 52.242-14, 52.246-21, 52.249-10, 52.228-2, 52.228-11, 52.228-13,52.228-14. Clauses and provisions are incorporated by reference and apply to this acquisition; 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-1 and 52.232-33. Clauses and provisions can be obtained at http://www.acquisition.gov. SAM Requirement-Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. (xiv) Applicable Numbered Note(s) None. (xv) Offers are due in person, by mail, or e-mail on or before June 13, 2014 by 15:00 hours (Eastern Time), at Food and Drug Administration OC/OAGS/DSAAG, Attn: Julia Savage, 5630 Fishers Lane, Rockville MD, 20877. ph (240)402-7616, email: Julia.Savage@fda.hhs.gov. Place of Performance Food & Drug Administration White Oak Campus 10903 New Hampshire Ave Bldg 52 Silver Spring, MD 20993
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-14-1135417/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN03388210-W 20140608/140606234659-cb1df8a64a82d6da0c504b3c0721c299 (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 |