SOLICITATION NOTICE
J -- HSF 301, Cold Room Retrofit and Refurbishment PR
- Notice Date
- 4/18/2023 6:40:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
- ZIP Code
- 45268
- Solicitation Number
- 68HERC23R0123
- Response Due
- 5/9/2023 11:30:00 AM
- Archive Date
- 05/25/2023
- Point of Contact
- Wallace, Megan, Phone: (513) 569-7927
- E-Mail Address
-
Wallace.Megan@epa.gov
(Wallace.Megan@epa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 68HERC23R0123 Posted Date: 04/18/2023 Original Response Date: 05/09/2023 Current Response Date: 05/08/2023 Classification Code: http://www.SAM.gov Set Aside: Small Business NAICS Code: 333415 Contracting Office Address Cincinnati Acquisition Division 26 Martin Luther King Dr W Cincinnati, OH 45220 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 a request for quotations (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 33415, with a small business size standard of 1,250 employees. The Cincinnati Acquisition Division, 26 Martin Luther King Dr W Cincinnati, OH 45220 is seeking to purchase a Cold Room Retrofit and Refurbishment. This requirement is to retrofit and replace all major conditioner system components, evaporator cooler system components, temperature and instrumentation control components, and chamber lighting components. This retrofit shall, at minimum, restore the environment chamber to original design performance. All interested companies shall provide quotation(s) for the following: Services I. Background: The environmental chamber (HSF 301) at the Human Studies Facility (UNC-CH) was constructed in 1995. The chamber has been through minor and major repairs throughout the years and is now deemed unreliable. This requirement is to retrofit and replace all major conditioner system components, evaporator cooler system components, temperature and instrumentation control components, and chamber lighting components. This retrofit shall, at minimum, restore the environment chamber to original design performance. II. Scope/Objective: The Contractor shall provide all personnel, labor, equipment, parts, tools, materials, vehicles, transportation, supervision, and services necessary to complete the work as described. It is the supplier�s responsibility to ensure that all work meets applicable federal safety standards, OSHA requirements, state, county, and federal environmental regulations, including proper disposal of removal materials. III. Scope of Work: The Contractor is responsible for providing labor, material, and equipment required to complete the Scope of Work attached to this announcement: IV. Attachments: Attachment A: Original Chamber Purpose Attachment B: Statement of Work V. General Requirements, Facility Accessibility, and Safety Requirements: EPA�s normal business hours are 8:00 a.m. � 4:30 p.m. Monday through Friday excluding Federal holidays. All work shall be performed during the normal business hours unless prior approval is received from the COR. A complete list of personnel to access the site shall be provided for approval, listing personnel to the COR including all the dates that individuals will be accessing the Edison Campus. Personnel accessing the site require security approval and shall comply with the EPA Security Requirements. All visitors shall have Government issued photo ID when accessing the facility. The Contractor shall comply with EPA Covid-19 Policies. The information regarding Covid-19 policies will be provided to the Contractor. Initial Safety briefing and discussion of the construction schedule be coordinated with the COR, and EPA Facilities Manager. The Contractor shall have a safety briefing with the onsite Facility/Safety Manager prior to commencement or work. VI. Acceptance Criteria: The Contractor shall comply with the requirements set forth in this Purchase Order. The COR may use various means to review the work and determine if it is acceptable to the Government. The Government will accept the work only after it fully meets all the requirements. Any requested changes or substitutions in products, materials, equipment, and/or methods from those required by the contract Documents proposed by the Contractor shall be submitted to the Contracting Officer and COR in writing. Any government revisions to the contract Documents will be requested by the government via a change order or contract modification request. VII. Milestone and Deliverables: Submit applicable documents to the COR for review and approval. Warranty certificates shall be submitted 5 days after the construction work is completed. VIII. Period of Performance: All work shall be completed within 60 days after the award. Place of Performance Address: 104 Mason Farm Road, Chapel Hill, NC Postal Code: 27514 Country: UNITED STATES Award shall be made to the offeror whose proposal, offers the Lowest Price Technically Acceptable, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: 1. The Contractor shall have a minimum of 5-year history of providing environment walk-in chambers of similar size and temperature range. 2. The Contractor shall be Licensed in the State of North Carolina for any specialties, such as electrician, necessary to complete the work. 3. Past Performance and Customer Satisfaction: The contractor shall submit a minimum of 3 references with facility name, point of contact, location, and chamber details. 4. The Contractor shall submit a plan of how they shall minimize interruptions to the operations of the Human Studies Facility during the retrofit process. 5. Cost The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: � FAR 52.212-1, �Instructions to Offerors�Commercial Items� [insert date of provision] � FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� [insert date of provision] 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 contract clauses apply to this acquisition: � FAR 52.212-4, �Contract Terms and Conditions�Commercial Items � FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders All offerors shall submit the following: One Copy of requested information for quotation 1. The Contractor shall have a minimum of 5-year history of providing environment walk-in chambers of similar size and temperature range. 2. The Contractor shall be Licensed in the State of North Carolina for any specialties, such as electrician, necessary to complete the work. 3. Past Performance and Customer Satisfaction: The contractor shall submit a minimum of 3 references with facility name, point of contact, location, and chamber details. 4. The Contractor shall submit a plan of how they shall minimize interruptions to the operations of the Human Studies Facility during the retrofit process. 5. Price EPA will utilize the FedConnect� web portal in administering this contract. The contractor must be registered in FedConnect� and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� technical questions please call the FedConnect� Help Desk at (800) 899-6665 or email at fcsupport@unisonglobal.com. The following contract clauses apply to this acquisition: � FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) � FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) � FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b)(22)(i), (b)(27), (b)(28), (b)(29), (b)(30)(i), (b)(35)(i),(b)(36) (b)(44), (b)(48), (b)(51), (b)(58) � Local Clauses EPA-H-42-102, Utilization of FedConnect for Contract Administration All responsible offers shall be sent electronically, reference the solicitation number #68HERC23R0123 to Megan Wallace, Contracting Officer, EPA Cincinnati Acquisition Division, 26 Martin Luther King Dr W, Cincinnati, OH 45220 Wallace.megan@epa.gov. This opportunity is set aside for small business concerns. The combined synopsis/solicitation for equipment as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""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). Submission shall be received not later than May 9, 2023, at 2:30 PM EST to Wallace.megan@epa.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed offers will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, Megan Wallace, and Wallace.megan@epa.gov. No questions will be received after May 8, 2023. Point of Contact Megan Wallace Contracting Officer Wallace.megan@epa.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab14c964dcbe47888679ccf3c0e6f804/view)
- Place of Performance
- Address: US Environmental Protection Agency 104 Mason Farm Road, Chapel Hill, NC 27514
- Zip Code: 27514
- Zip Code: 27514
- Record
- SN06654044-F 20230420/230418230121 (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 |