SOURCES SOUGHT
54 -- HazMat storage unit
- Notice Date
- 6/24/2020 10:56:36 AM
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0754
- Response Due
- 7/2/2020 10:00:00 AM
- Archive Date
- 07/22/2020
- Point of Contact
- Tyler Karns, Contract Specialist, Phone: 412-822-3754
- E-Mail Address
-
tyler.karns@va.gov
(tyler.karns@va.gov)
- Awardee
- null
- Description
- 2 Sources Sought Notice The Philadelphia VA Medical Center in Pennsylvania is seeking information on potential sources to provide and install a hazmat storage building that has the following salient characteristics listed below. Potential vendors should respond with their ability to provide the following storage building with specifications described below. Product Name: Hazmat Storage Building The specific characteristics to meet the Government needs include the following: Maximum Dimensions Exterior: 20 x 10 x 8 (minimum internal height of 7 6 ) Storage Capacity. Up to 27 Drums 100-110 Total Sq. Ft Sump Capacity: 400+- Gallons Snow Load: 40 PSF Floor Load: 500 PSF Wind Load: 130 MPH Exposure C, Building Weight: max 19,000 lbs. 4-hour fire rated construction that meets or exceeds UL 263 & ASTM E-11 9. Fire-Rated Class A flame spread, wind uplift exceeds UL Rating 1·60 and constructed of weatherproof noncombustible construction. Climate-controlled (heat/air), fully weatherproof. Must comply with all applicable federal, state, and local standards for personnel safety and the storage of hazardous liquids/solids i.e. OSHA/NFPA/DOT standards and regulations. Must be constructed to accommodate forklift pockets and tie-down brackets for offloading with an appropriately sized crane. Frame capable of withstanding at least 1000 lbs. psf. Lifting capability. Double door, self-closing but capable of being held open with fusible linkage on long side of unit, lockable, weatherproof, mid-section of unit. Must have a minimum Internal pressure of 217 pounds per square foot with two (2) pressure-relief panels located on the exterior wall which will release if the internal pressure (due to fire or excess heat conditions) exceeds 20 lbs. psf. Factory Mutual approval release fasteners and a restraint mechanism designed to cushion the panel's acceleration as the full open position is reached. Meets FM 6049. The unit should be provided with either level ground level entry or ramp to accommodate roller entry of large drums. Ramp must not exceed 1:10 slope. Exterior color should be red or yellow consistent with high visibility requirements. Other colorations may be acceptable provided item 13 is complied with. Appropriate signage, postings, labeling on all four exterior sides to meet DOT and NFPA standards for labeling and posting of hazard and warning signage. Sump area must be able to accommodate at least 50% spillage of maximum combined internal liquid storage. Sump area must accommodate connections for draft removal of any spilled liquids. Floor of unit will be of open grate, metal construction to allow for full capture of any spilled liquid. Must meet OSHA standards for walking surfaces. Standard Electrical Load shall be a UL Listed, Single-Phase, 3 Wire, 12D/240V 100-A Load Center. Electrical equipment shall be capable or operation on 240 VAC- single phase - 60 Hz. All power components shall be sized to carry current at 230 Volts. Rainproof and Sleet- (Ice-) Resistant-Outdoor enclosures for outdoor access to protect the equipment from inclement weather to include rain, sleet, ice, snow and meet the requirements of Underwriters' Laboratories, Inc., Publication No. UL 508, applying to 'Rainproof Enclosures. Electrical equipment shall be in accordance with NFPA and NEC standards and internal electrical equipment accessories, conduit must be explosion proof. Unit must have one (1) exterior grounding connection, one 10·foot long 5/8"" diameter copper-clad steel grounding rod, copper conductor, and grounding lugs. Ventilation for the storage unit must be provided via non-sparking electric exhaust or mechanical exhaust ventilation system(s). Gravity Air Flow Ventilation shall be UL-listed with 3-hour-fire rated dampers 165-degree fusible links. Dampers Include louvers and screens to provide airflow and have a galvanized steel frame and curtain type galvanized steel blades. Location of the ventilation must be arranged to provide air movement across all areas of the floor to prevent accumulation and shall be directed to the atmosphere, not recirculated Into compartment at a minimum, one cubic foot per minute (CFM to allow for a minimum of at least 6 air changes per hour. Located preferably on the end unit opposite the fire protection and electrical circuit boxes. Fire protection. The unit will include one (1) dry chemical fire protection system. The operational unit (fire box) will be located on the exterior of the HSWU and capable of being secured (locked). All internal piping, fusible links and nozzles will comply with NFPA standards. The system may be capable of being connected to the VA fire alarm system but may also be stand alone with external fire system audio/visual alarm located on at least two (2) sides of the unit. Contractor will be responsible for offloading and moving the storage building including installation to a defined location within the premises. This is not a not a request for quote or proposals, but merely a means for Market Research. The intent of this Sources Sought Notice is to identify potential Small Businesses especially any SDVOSBs capable of providing the brand name or equal equipment. Information provided by potential sources will be utilized by the Government to determine market availability and procurement strategy. An award of a contract will not result from this Sources Sought Notice. All responses shall be submitted in writing to the Contract Specialist no later than 1:00 p.m. on Wednesday, July 2, 2020. Responses should be sent via email to tyler.karns@va.gov. No phone call responses will be accepted. Delivery Expectation to be made to: Philadelphia VA Medical Center 3900 Woodland Avenue Philadelphia, PA 19104-4551 Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 332311 (size standard of 750 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to meeting the salient characteristics detailed above, which includes installation and offloading the unit including installation. 2 Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that meet all the salient characteristics. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist: tyler.karns@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fbe45dedeb8641d49f5a7d2f182676bd/view)
- Place of Performance
- Address: Philadelphia VA Medical Center 3900 Woodland Avenue, Philadelphia 19104, USA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN05701971-F 20200626/200624230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |