Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOLICITATION NOTICE

36 -- New Indoor Walk-In Environmental Chamber, Training and Installation - Package #1

Notice Date
8/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Mail Stop E65-101, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTFH6114Q00051
 
Archive Date
9/16/2014
 
Point of Contact
Kevin S. Hardy, Phone: 2023664214
 
E-Mail Address
kevin.hardy@dot.gov
(kevin.hardy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
New Indoor Walk-In Environmental Chamber, training and installation. REQUEST FOR QUOTATION (RFQ) - SOLICITATION NO. DTFH6114Q00051 Department of Transportation Federal Highway Administration Office of Acquisition & Grants Mgmt. 1200 New Jersey Avenue, SE Washington, D.C. 20590 Attn: Kevin Hardy (W) 202-366-4214 kevin.hardy@dot.gov ________________________________________ SECTION I The Federal Highway Administration (FHWA) has a requirement to support the FHWA's Turner Fairbank Highway Research Center's (TFHRC) Office of Infrastructure Research and Development. Please provide a technical proposal and a price quotation in accordance with Section II - Statement of Work. NOTE: The Government will evaluate quotations and make an award to the offeror that provides the lowest-price-technically-acceptable quotation in accordance with the minimum specifications for technical acceptability identified in Section II - Statement of Work, 4.0. In responding to this quotation, your offer MUST also include the following mandatory business information regarding your company: a. Business Size (Small, Woman-Owned, Disadvantaged, Hub-Zone, Large, Non- Profit, etc) b. Proposed Payment Terms (Government Standard is NET 30) c. Dunn & Bradstreet Number d. Federal Tax Identification Number (9-Digits) e. Proposed Completion Date of Services/Delivery Date f. Correct Mailing Address for the Purchase Order (include name, telephone, email address) g. Government Discount/Savings Provided h. Verify System for Award Management (SAM) Note: All contractors must be registered in SAM. Your firm's SAM information must be current before an award can be finalized. Failure to furnish all information required above may result in your quotation being considered non-responsive. NOTE: The due date for technical questions is 5:00pm Eastern Time, 9/5/2014. Please direct all questions via email at kevin.hardy@dot.gov.   SECTION II - STATEMENT OF WORK "Purchase and Installation of a New Indoor Walk-In Environmental Chamber" 1.0 Background The Federal Highway Administration (FHWA) Office of Infrastructure Research and Development uses environmental chambers to condition concrete specimens under different temperature and humidity settings as part of its research program in assessing the performance of cement composite materials being considered for use in the U.S. highway infrastructure. At present the Concrete Laboratories at the FHWA's Turner-Fairbank Highway Research Center (TFHRC) possess two walk-in environmental chambers that were built in 1995 and no longer provide the functionality or demands required for our research needs. Robust, reliable environmental chambers are a core component of this research effort. 2.0 Objective The objective of this order is to obtain one new Indoor Walk-In Environmental Chamber, training and installation. 3.0 Period of Performance All equipment shall be provided and all work and services shall be completed on or before 30 weeks from the Effective Date of the Award. 4.0 Specifications/Minimum Requirements - Indoor Walk-In Environmental Chamber NOTE: An Offeror's failure to meet all the specifications/minimum requirements below will result in their quotation being considered "technically unacceptable", therefore will not be considered for award.  Maintain the desired relative humidity setting over the range of 30% thru 95% @ temperatures of 50 degree F thru 140 degree F;  Minimum of 84-inches x 84-inches x 84-inches (internal dimensions);  Maintain the desired temperature setting over the range of 0 degree F thru 140 degree F (± 3.0 degree F);  Have a relative humidity control of ± 3.0% or better;  Capable of attaining the desired temperature and relative humidity settings within 3 hours with a product load of up to 1,000 pounds of concrete;  Capable of maintaining the desired temperature and relative humidity settings with a product load of up to 1,000 pounds of concrete;  Interior constructed of stainless steel (minimum 300 series), including the bolts, screws, and other attachment hardware;  Insulation with a minimum R number of 30;  Possess a hinged personnel door with a minimum height of 78-inches, a minimum width of 48-inches and with a heated viewing window of at least14-inches (height) x 24-inches (width);  Two access ports with a minimum 4-inch diameter each, one on each side of the chamber. Final location to be determined;  Have an internal emergency release device for the door as well as a simple alarm bell, both of which can be operated from inside the chamber;  Possess appropriate lighting with a minimum of 30 candle-feet of illumination;  Contain only non-toxic, non-flammable refrigerant;  Provide a drain or drainage system capable of preventing any standing water from accumulating on the floor of the chamber. The destination of the discharge, whether to a facility drain or just to the outside of the chamber will be determined at a later date;  Contain a programmable controller with data logging and data access via USB flash drive. Include all necessary software;  Reverse osmosis water system only if the chamber operation requires the use of purified water in order to minimize corrosion and/or maximize service life;  Programmable controller capable of supporting Ethernet control and monitoring with alarm notification via email, mobile phone or text message;  Portable ramp for access into the chamber for walking personnel and rolling equipment. The ramp shall be at least 48-inches wide, be capable of supporting a 2,000-pound load, and have a durable, non-slip surface. The length and slope (inches per foot) of the ramp will be provided to the contractor after award is made;  Two portable stainless steel shelving units: each unit to include three adjustable shelves. Each shelf shall have a minimum of 8 ft2 of surface area and be capable of supporting at least 50 pounds/ft2. Minimum weight capacity of each shelving unit shall be at least 1,200 pounds;  Commissioning (demonstration that chamber meets all of the specifications/requirements provided in the SOW);  Comprehensive training on the operation and maintenance of the chamber;  Written manuals for the operation, maintenance, and troubleshooting;  One year warranty;  All equipment shipped Freight On Board (F.O.B) Destination; and  Delivery of all equipment within 26 weeks from the effective date of award. NOTE: Offerors are required to provide the recommended type and amount of consumables required for one year of operation and maintenance, consistent with the terms of the one-year warranty. NOTE: The contractor shall provide comprehensive written pre-installation requirements within 30 days of the effective date of the award; NOTE: A site visit is available if requested by 1:00pm Eastern Time, 9/5/2014, but is not required. If interested, please email the Contract Specialist, Kevin Hardy, at kevin.hardy@dot.gov. 5.0 Place of Performance All equipment shall be shipped FOB Destination to the following address: Federal Highway Administration Turner-Fairbank Highway Research Center 6300 Georgetown Pike Concrete Laboratory (Room FG-22D/FG-23A) McLean, VA 22101 Attn: Ahmad Ardani Installation shall be conducted at the following address: Federal Highway Administration Turner-Fairbank Highway Research Center 6300 Georgetown Pike McLean, VA 22101 6.0 Schedule of Deliverables NOTE: All non-equipment related deliverables are due in electronic format either specified or agreed to by the TPOC. DELIVERABLES DUE DATES (CALENDAR DAYS) Written comprehensive pre-installation requirements Within 30 days from the Effective Date of the Award Indoor Walk-in Environment Chamber and all associated components Within 26 weeks from the Effective Date of the Award Necessary consumables required for one year of operation and maintenance Within 26 weeks from the Effective Date of the Award Written manuals for the operation, maintenance, and troubleshooting Within 26 weeks from the Effective Date of the Award Written warranty information Within 26 weeks from the Effective Date of the Award 7.0 Payment Provision After the Government's acceptance of the equipment and services rendered and upon the submission of proper invoices, the Government will pay the Contractor the prices stipulated in the Order. 8.0 Technical Point of Contact (TPOC) The Contracting Officer may designate a TPOC to assist in monitoring the work under this order. The TPOC is responsible for the technical administration of the order and is the technical liaison with the Contractor. The TPOC is not authorized to change the scope of work or specifications as stated in the order, to make any commitments or otherwise obligate the Government or authorize any changes which affect the order price, delivery schedule, period of performance or other terms or conditions. The TPOC is the exclusive technical point of contact between the Government and Contractor. The Contracting Officer is the only individual who can legally commit or obligate the Government for the expenditure of public funds. The technical administration of this order shall not be construed to authorize the revision of the terms and conditions of this order. Any such revision shall be authorized in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH6114Q00051/listing.html)
 
Place of Performance
Address: McLean, Virginia, 22101, United States
Zip Code: 22101
 
Record
SN03489306-W 20140831/140829235456-1b4d0a060f0222620fcbf9e4c83f49e3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.