SOURCES SOUGHT
65 -- Liberty Eagle Fume Hoods
- Notice Date
- 7/13/2020 10:09:44 AM
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0937
- Response Due
- 7/20/2020 3:00:00 PM
- Archive Date
- 07/30/2020
- Point of Contact
- kristi.mummert@va.gov, Kristi Mummert, Phone: 713-794-7061
- E-Mail Address
-
kristi.mummert@va.gov
(kristi.mummert@va.gov)
- Awardee
- null
- Description
- This is a sources sought / request for information. The responses to this posting will be used to establish the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Please see attached document for details on how to respond. Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0937 BACKGROUND: MEDVAMC has a requirement for the following brand name or equal Liberty Eagle Chemical Fume Hoods: DELIVERABLES/SCOPE OF WORK: Overview Purchase of 5 polypropylene chemical fume hoods with vented acid cabinets and flow meters. Vendor must provide abatement and removal of existing hoods. Vendor shall deliver to MEDVAMC and install the new hoods, hooking hoods to existing exhaust ducts with Fernco boots, certify/test and train on use. Order will consist of four 4-foot polypropylene chemical fume hoods with air flow monitors and one 6- foot polypropylene chemical fume hood with airflow monitor. Scope Abate and remove existing chemical fume hoods to be replace. Provide equipment to be shipped to MEDVAMC, 2002 Holcombe Blvd- Bldg. 100 Warehouse, Houston, Texas 77030. The Vendor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW) except as may otherwise be specified. Salient characteristics- Chemical Fume hoods (4 ft or 6 ft) The chemical fume hoods are the primary engineering controls to limit exposure to hazardous chemicals, toxic fumes, vapors, gases or dust studies in research experiments. The chemical fume hood is ducted and has an exhaust fan to pull air away from the worker through the duct out into the atmosphere. The following specifications are to optimize the protection of personnel. Chemical fume hoods must be designed to have no recirculation of air to the lab, only to the outside by a connected duct and exhaust fan. Chemical fume hood face velocity a minimum of 100-120 FPM. Chemical storage cabinets directly under a the newly installed fume hood shall be ventilated to the fume hood exhaust. The chemical fume hood cabinet shall be vented using stainless steel flex ducting connecting the hood at the exhaust duct collar or Fernco boots Self- closing horizontal sash may be installed for energy conservation or a fix horizontal sash. Sashes should be horizontal and may have the capability to completely close off the hood face. Sashes should be made of safety glass. Laminated or tempered safety glass, Interior fume hood surfaces must be constructed of polypropylene with welded leak tight construction. The chemical fume hood body and acid cabinet will be made of polypropylene to take the humidity and constant temperature changes in the research building. The work surface inside the fume hood must be of the recessed type. With a recessed type work surface spills can be effectively contained by the retaining lip. Per the Cal-OSHA standards, an airflow indicator must be provided at the fume hood. A sensor with an associated audible/visual alarm is required-flow meter. Light fixtures inside the hood should be sealed and vapor tight. Must have air and vacuum valves, two corks on each side of the hood for flexibility of utility connection. Must have the ability to have electrical source located inside the hood work area for stir plates, scales, and other electrical equipment Vendor price must include abatement of existing cabinets, freight, installation, certification, testing and training. LINE ITEM QUANITY UNIT OF ISSUE 4 Air Control polypropylene chemical fume hood with 4 Each Vented acid cabinet + air flow monitor 6 Air Control polypropylene chemical fume hood with 1 Each Vented acid cabinet + air flow monitor Fernco boots to hook to existing bldg. exhaust 5 Each Certification and test of all chemical fume hoods (CFH) 5 Each Abatement and removal of existing hoods 5 Each 3. Background: Research Investigators will be utilizing the above-named equipment in support of their ongoing research projects. 4. Performance Period: The period of performance will be determined by the delivery date of the equipment to MEDVAMC. 5. Type of Contract: Firm-Fixed-Price 6. Place of Performance: MEDVAMC 2002 Holcombe Blvd. Bldg. 100, Bldg. 109, and Bldg. 110 Houston, TX 77030 B. CONTRACT AWARD MEETING No contractor award meeting will be held. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any). 2. All written deliverables will be phrased in layperson language. Statistical and other technical terminology will not be used without providing a glossary of terms. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Abate and remove 5 existing chemical fume hoods assigned to be replaced Uncrate the chemical fume hoods Place each new chemical fume hoods (5) in its respect laboratory @ MEDVAMC. Hook each new chemical fume hood (5) to existing exhaust with Fernco boot. Certify and test each chemical fume hood (5) to prepare for use. Deliverable: 4 Air Control polypropylene chemical fume hood w/ 4 Each Vented acid cabinet + air flow monitor 6 Air Control polypropylene chemical fume hood w/ 1 Each Vented acid cabinet + air flow monitor Fernco boots to hook to existing bldg. exhaust 5 Each Certification and test of all chemical fume hoods (CFH) 5 Each Abatement and removal of existing hoods 5 Each E. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to explain why (include the original deliverable due date) in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with applicable regulations. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. J. GOVERNMENT RESPONSIBILITIES The government will provide controlled access to the areas and other resources if required to perform the services. The government will assign a primary POC, and to provide information and resources in a manner to maintain contract continuity. Additionally, this person will receive deliverables as a result of this contract. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the items listed in section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide items that may be determined EQUIVALENT to the items listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Kristi.mummert@va.gov. Please respond to this RFI no later than July 20, 2020 by 1700 CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63bd6a16522a47be8373cdb70d51ccdb/view)
- Place of Performance
- Address: 2002 Holcombe Blvd. Houston, TX 77030
- Record
- SN05719657-F 20200715/200713230153 (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 |