Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 3, 2001 PSA #2885
SOLICITATIONS

41 -- AIR FILTRATION AND INSTALLATION SERVICES AT SSA

Notice Date
June 29, 2001
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
ZIP Code
21207-5279
Solicitation Number
SSA-RFQ-01-0282
Response Due
July 20, 2001
Point of Contact
Stephen Slaughter, Contract Specialist, Phone 410-965-9533, Fax 4109669310, Email stephen.slaughter@ssa.gov
Description
The Social Security Administration (SSA) is seeking quotations for Air Filtration Equipment and Installation Services for the National Computer Center (NCC) Print Mail Facility and SSN Card Production Area at the Agency's Headquarters in Baltimore (Woodlawn), MD. This notice is a combined synopsis/solicitation for commercial items (as defined by Federal Acquisition Regulation (FAR) 2.101) 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. Quotations are being requested, however, a written request for quotations (RFQ) will not be issued. This acquisition is subject to FAR Subpart 13.5 regarding the application of simplified acquisition procedures. This is a 100% small business set-aside, issued as RFQ Number SSA-RFQ-01-0282. Quotations submitted from other than small business sources will be rejected. All responsible small business sources may submit a quotation which shall be considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. OBJECTIVE: The objective of this solicitation is to obtain air filtration equipment and installation services for the NCC Print Mail Facility and SSN Card Production Area in Woodlawn, MD. SCOPE: This specification describes the SSA's requirements for improving indoor air quality in the mail production printing and finishing operations at the NCC in Woodlawn, MD. SSA intends to acquire source management and air cleaning equipment to filter and eliminate airborne contaminants present in this environment. PRODUCTION ENVIRONMENT: The SSA mail production printing and finishing facility is 16,000 square feet. The suspended ceiling height is 10 feet. The SSA does not employ a central vacuum system in the production facility. Two (2) continuous roll-printing configurations are in operation in the production facility. Each printing configuration consists on one (1) Stralfors LASERMAX Unwind 52??, one (1) OCE' Pagestream Twin 500 duplex printer and one (1) Stralfors LASERMAX Rewind 102??. Two (2) finishing system configurations are in operation in the production facility. Each finishing configuration consists of one (1) stand-alone reel unwinder, one (1) Pitney Bowes Y190 Trimmer/Vacuum unit and one (1) Pitney Bowes 8 Series Insertion System. The stand-alone unwinder associated with each finishing system will not be included in this requirement. The PB Y190 Trimmer/Vacuum unit will be the only finishing system component that will require source management air filtration. The Social Security Card printing and production operations are part of the production facility, however, this area is separately enclosed. This production area is approximately 2,200 square feet. =20 FILTRATION/CLEANING REQUIREMENTS -- GENERAL: Contractor installed equipment shall be self-contained and shall not require below floor or above ceiling ductwork. The installed equipment will not degrade printing or finishing system performance, throughput or print quality as a result of the method of attachment or the method of filtration employed. The installed equipment shall capture, filter and return the clean air into the production environment. Equipment costs shall include installation labor and all required hardware and materials for a fully functional system. SOURCE MANAGEMENT FILTRATION -- PRINTING CONFIGURATION: Provide filtration equipment for each printing configuration between the Stralfors LASERMAX Unwind 52?? and the OCE' Pagestream Twin 500 duplex printer. The continuous roll paper shall feed through the installed equipment to be cleaned of paper dust, chads and electrical charges prior to entering the OCE' printer. The required quantity is 2 each. Provide filtration equipment for the OCE' Pagestream Twin 500 duplex printer that attaches to the printer system exhaust vents. The installed equipment shall be attached to the exhaust vent of each OCE' printer system in a manner that permits adjustment of the distance between the printer exhaust vent and the equipment intake. The filtration equipment shall not cause deviations to the internal operating temperatures or performance of the OCE' printing equipment. The filtration system shall capture and eliminate contaminants such as paper dust, toner, fuser residue, chemicals and odors prior to becoming airborne. The required quantity is 4 each. FINISHING CONFIGURATION: Provide source management filtration equipment that shall connect to each Pitney Bowes Y190 Trimmer/Vacuum unit. The filtration system shall capture and eliminate contaminants such as paper dust and chads prior to becoming airborne. The required quantity is 2 each. AIR CLEANING -- MAIN PRODUCTION AREA FILTRATION: Contractor installed equipment shall be self-contained and shall not require below floor or above ceiling ductwork. Installed equipment shall be capable of being positioned directly in the production area and shall be capable of intaking, filtering and returning clean air into a 16,000 square foot facility. The filtration system shall capture and eliminate airborne contaminants such as paper dust, toner, fuser residue, chemicals and odors. SOCIAL SECURITY CARD PRODUCTION AREA FILTRATION: Contractor installed equipment shall be self-contained and shall not require below floor or above ceiling ductwork. Installed equipment shall be capable of intaking, filtering and returning clean air into a 2,200 square foot facility. The filtration system shall capture and eliminate airborne contaminants such as paper dust, toner, fuser residue, chemicals and odors. PHYSICAL SPECIFICATIONS: Contractor installed equipment shall be self-contained and require no more than 16 square feet of floor space per unit. ELECTRICAL SPECIFICATIONS: Contractor shall specify electrical requirements for each configuration immediately after receipt of the purchase order award. Contractor shall allow thirty (30) calendar days for SSA furnished electrical connections to be installed prior to the equipment delivery. CONSUMABLES: Contractor installed equipment shall contain all required filters and internal components to be fully functional at delivery and installation. Equipment costs shall include a six (6) month supply of all filter types and other consumables for each unit based on average system operation. The contractor shall also provide consumable specifications and/or part numbers to SSA for long supply requirements. ASBESTOS: There is no asbestos impact with respect to this project. PERIOD OF PERFORMANCE: The period of performance for this purchase order shall be no later than thirty-five (35) calendar days from the date the contractor receives the purchase order award from the Government Contracting Officer. PLACE OF PERFORMANCE: The place of performance is SSA, NCC Print Mail Facility, 6201 Security Blvd., Baltimore, MD 21235-6201. SECURITY CLEARANCES: Contractor personnel who require access to SSA facilities shall be required to undergo a background investigation, which will be conducted by the Government. Such investigation shall include a statement of personal history. Non-U.S. citizens shall be required to provide a photocopy of their work authorization permit and Social Security Card. Accordingly, the contractor shall select only those persons who are likely to meet the suitability requirements in order to reduce the likelihood that employee(s) will be found unsuitable and not be allowed to work under the purchase order. The Government shall have and exercise full and complete control over granting, denying, withholding or terminating clearances for contractor employees. EMPLOYEE IDENTIFICATION: Contractor employees shall be required to wear a Government-furnished identification badge while on Federal property. EMPLOYEE CONDUCT: While on Government premises, contractor personnel shall comply with all the rules, regulations, and procedures governing=20 the conduct of personnel and the operation of the Federal facility, including Occupant Emergency Programs. TERMS AND CONDITIONS: The provisions of FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 2001) are incorporated by reference and are custom tailored. FAR 52.212-4(a) Inspection/Acceptance is custom tailored as follows: SSA shall provide written inspection and acceptance of proper system performance. FAR 52.212-4(o) Warranty/Maintenance is custom tailored as follows: The contractor shall provide a one (1) year warranty period, or a manufacturer's warranty period, whichever is longer, on all equipment components. The contractor shall provide telephone and on-site technical support, as required, to correct equipment abnormalities. The warranty shall commence following successful installation and acceptable performance for a period of three (3) Government business days. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 2001) are incorporated by reference. FAR 52.212-5 applies as follows: a(1) and (2); (b)(11),(12),(13),(14),(15),(16),(21),(25) and (26); (d) and (e). In addition, FAR 52.219-6, Notice of Total Small Business Set-Aside (July 1996) also applies. INSTRUCTIONS FOR SUBMITTING QUOTATIONS: The provisions of FAR 52.212-1, Instruction to Offerors -- Commercial Items (OCT 2000) (Custom Tailored) apply. The NAICS Code is 333411. The small business size standard is 500 employees. All quotes shall include whether or not the quoter accepts the Government Credit Card or accepts only a written purchase order; prompt payment terms; Data Universal Numbering System (DUNS) Number and the full name and address to whom the purchase order award shall be made out to. The period for acceptance of offers is 90 calendar days. All shipments associated with this purchase order award shall be on an F.O.B. destination basis only and shall be shipped to SSA, Attn: Receiving Clerk, 6201 Security Blvd., Baltimore, MD 21235-6201. Quoters shall fax their quotes to the Contracting Officer by no later than 3:00 p.m., local prevailing time on Friday, July 20, 2001. The fax number is (410) 966-9310. All quotes shall be submitted on a firm-fixed-unit and total price basis. The Government intends to award a purchase order without discussions and/or negotiations with the quoter. Therefore, the quoter's initial quotation shall contain the quoter's best firm-fixed-unit and total price. However, the Government reserves the right to clarify the quoter's total price and/or individual price elements should the Government determine that the quoter has made an obvious calculation error or an obvious clerical error. =20 Completed Representations and Certifications as required by FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2001) shall be submitted with the quotation (1 original copy of the reps and certs shall suffice). EVALUATION CRITERIA: The provisions of FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) (Custom Tailored), for evaluation purposes, a purchase order award shall be made to the lowest, grand total price only (total aggregate price). =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-01-0282/listing.html)
Record
Loren Data Corp. 20010703/41SOL002.HTM (D-180 SN50Q4L9)

41 - Refrigeration, Air Condition and Air Circulating Equipment Index  |  Issue Index |
Created on June 29, 2001 by Loren Data Corp. -- info@ld.com