Notice of Intent to Sole Source

Agency: AGRICULTURE, DEPARTMENT OF
State: Wisconsin
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159449575758618
Posted Date: Aug 8, 2023
Due Date: Aug 23, 2023
Solicitation No: 12445123Q0042
Source: Members Only
Follow
Notice of Intent to Sole Source
Active
Contract Opportunity
Notice ID
12445123Q0042
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FOREST SERVICE
Office
USDA-FS, CSA EAST 11
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 08, 2023 10:19 am CDT
  • Original Response Date: Aug 23, 2023 11:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1DB - CONSTRUCTION OF LABORATORIES AND CLINICS
  • NAICS Code:
    • 334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
  • Place of Performance:
    Madison , WI 53726
    USA
Description

PLEASE NOTE: THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTES. The US Forest Service (USFS), Washington Office Procurement and Property Services, (herein after referred to as "WOPPS") intends to issue a contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, on or about August 27, 2023 to Integrated Development & Manufacturing Company, doing business as Environmental Growth Chambers (EGC), for the USFS, Forest Products Laboratory (FPL) located in Madison, WI.



In 1992 the USFS FPL, in conjunction with EGC, designed and subsequently installed a temperature and humidity control system at the FPL in Madison, Wisconsin, which uses EGC’s proprietary information for systems control. The room is approximately 1,400 ft2. The set points for this system are temperature = 23 ± 1°C and humidity = 50 ± 2%.



The entire system involves the following subsystems (1) fresh air intake and conditioning, (2) air dryer, (3) air re-circulator, (4) humidifier, and (5) air exhaust. These subsystems require coordinated control of chilled water and steam flow rates. At this time, the fan coils, dehumidifier, humidifier, and other associated air handling equipment are functional. The only parts of the system that need to be replaced are the main controller and the two chilled water controllers.



WOPPS intends to non-competitively award this requirement to EGC. The temperature and humidity control system at the FPL in Madison is a unique system that integrates its subsystems to maintain very strict temperature and humidity ranges. EGC is uniquely qualified to perform this work because of the integral role in designing and building the system that uses their proprietary information for systems control. They have the specialized knowledge, personnel, and experience to safely and correctly assist the Forest Service in the safe and correct replacement of the main controller chilled water controllers. In addition, they have established working relationships with USFS FPL and are familiar with the FPL specific requirements and needs.



For this contract, the Contractor shall provide all services necessary to remove and replace the existing TC2 controller and two (2) existing pump stands and associated control valves with a current models; verify that all the current wiring and sensors, the steam humidification system, and the air handling equipment are functioning properly; provide interconnection to an existing Metasys monitoring system; start up and verify proper operation;and provide operational demonstration of the system to FPL staff.



The North American Industry Classification System (NAICS) code for this requirement is 334512 with the size standard of 650 employees. Again, this notice of intent is not a request for proposals or quotes. However, all responsible sources may submit an offer and capabilities/narrative that proves by clear and convincing evidence that detail their ability to provide the services and expertise needed for this requirement. If said OFFER and capabilities/narrative is received within fifteen (15) calendar days of publication of this notice, the narrative will be considered by WOPPS. All responses must be submitted to the Government point of contact via email – Nicholas.vozzo@usda.gov. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.


Attachments/Links
Contact Information
Contracting Office Address
  • 1720 Peachtree ST NW STE 876S
  • Atlanta , GA 303092449
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 10:19 am CDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >