Growth Walk-in Chambers (2) - Hilo HI.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jul 29, 2024 08:22 am CDT
- Original Response Date: Aug 02, 2024 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 17, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6636 - ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Hilo , HI 96720USA
Description
Type of Notice: Sources Sought
Title: (Source Sought # 12905B24SS0081) – Sources Sought for Walk in growth chamber at
USDA ARS DKI PBARC
64 Nowelo Street
Hilo, HI, 96720
Description:
This is a Sources Sought notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 334516. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
The objective is to obtain a contractor who is experienced in supplying two (2) walk-in growth chambers.
Salient Characteristics:
• General
o Walk in growth chamber, made with material that is smooth and impervious to liquids and can be cleaned and disinfected.
o 144 sq ft of growing area that can accommodate different heights of plants from 20’ to 72”.
o Air flow in chamber should be able to be switched from controlled vertical airflow for single tier growth mode, to horizontal airflow in the multi-tier configuration.
o Air-cooled system refrigeration and specifically be designed using Ashrae 20-year extreme guidance for Hilo.
o Multiple growth chambers will be connected by vestibule/anteroom which is sealed and prevents contents from growth chamber being directly released into the building.
o External air exhaust will be passed through HEPA filter.
o Room should be secured for potential seismic activity.
See attachments for full list of characteristics and requirements.
The Government anticipates a Firm Fixed Price contract.
The anticipated start is October 1, 2024
The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.
Capability Statement
All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability statements shall include the Contractors contact point to discuss their response.
The capability statement should include:
1) Acknowledgement that they are able to provide the subject supplies/services being requested;
2) Interested vendors should identify their size standards in accordance with the Small Business Administration, UEI #, and address;
3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;
4) Any other information considered relevant to this requirement; and
5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.
Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a pre-solicitation synopsis and solicitation may be published on sam.gov depending on the responses received.
All responses to this Sources Sought Notice must be received by the notice’s POC Robert Skipper Robert.skipper@usda.gov and Michael Hassett Michael.hassett@usda.gov by 2:00 PM Central Time, August 2, 2024 in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.
Attachments/Links
Contact Information
Contracting Office Address
- 800 BUCHANAN STREET
- ALBANY , CA 94710
- USA
Primary Point of Contact
- Robert Skipper
- robert.skipper@usda.gov
- Phone Number 5105596351
Secondary Point of Contact
- Michael Hassett
- michael.hassett@usda.gov
- Phone Number 5102925186
History
- Aug 17, 2024 10:55 pm CDTSources Sought (Original)
- Aug 12, 2024 08:49 am CDTCombined Synopsis/Solicitation (Original)