BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Claremore, Oklahoma. Contact the soliciting agency for additional information.

Contract Award Date: Aug 24, 2023 Contract Award Number: 75H71123P00595 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: W4N6VHUAMNV7 Contractor Awarded Name: CAMFIL USA INC Contractor Awarded Address: Tulsa, OK 74146 USA Base and All Options Value (Total Contract Value): $172,015.09 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # IHS1478499. Submit only written quotes for this RFQ. This solicitation is 100% BUY INDIAN SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 238220. This RFQ contains Twenty-Five (25) Line Item: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Base Year: 1st Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE AUGUST 2023 1 EA 0002 Base Year: 2nd Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE NOVEMBER 2023 1 EA 0003 Base Year: 3RD Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE FEBRUARY 2024 1 EA 0004 Base Year: 4TH Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE MAY 2024 1 EA 0005 Base Year: Annual HEPA air filter exchanges installations and testing (See Attached Statement of Work) DUE FEBRUARY 2024 1 EA OPTION YEAR ONE 0006 Option Year One: 1st Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE AUGUST 2024 1 EA 0007 Option Year One: 2nd Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE NOVEMBER 2024 1 EA 0008 Option Year One: 3RD Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE FEBRUARY 2025 1 EA 0009 Option Year One: 4TH Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE MAY 2025 1 EA 0010 Option Year One: Annual HEPA air filter exchanges installations and testing (See Attached Statement of Work) DUE FEBRUARY 2025 1 EA OPTION YEAR TWO 0011 Option Year Two: 1st Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE AUGUST 2025 1 EA 0012 Option Year Two: 2nd Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE NOVEMBER 2025 1 EA 0013 Option Year Two: 3RD Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE FEBRUARY 2026 1 EA 0014 Option Year Two: 4TH Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE MAY 2026 1 EA 0015 Option Year Two: Annual HEPA air filter exchanges installations and testing (See Attached Statement of Work) DUE FEBRUARY 2026 1 EA OPTION YEAR THREE 0016 Option Year Three: 1st Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE AUGUST 2026 1 EA 0017 Option Year Three: 2nd Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE NOVEMBER 2026 1 EA 0018 Option Year Three: 3RD Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE FEBRUARY 2027 1 EA 0019 Option Year Three: 4TH Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE MAY 2027 1 EA 0020 Option Year Three: Annual HEPA air filter exchanges installations and testing (See Attached Statement of Work) DUE FEBRUARY 2027 1 EA OPTION YEAR FOUR 0021 Option Year Four: 1st Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE AUGUST 2027 1 EA 0022 Option Year Four: 2nd Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE NOVEMBER 2027 1 EA 0023 Option Year Four: 3RD Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE FEBRUARY 2028 1 EA 0024 Option Year Four: 4TH Quarter air filter exchanges, installations, and testing in accordance with the attached SOW (See Attached Statement of Work) DUE MAY 2028 1 EA 0025 Option Year Four: Annual HEPA air filter exchanges installations and testing (See Attached Statement of Work) DUE FEBRUARY 2028 1 EA PERIOD OF PERFORMANCE: (Base Period) Base Year: 08/01/2023 through 07/31/2024 Option Year 1: 08/01/2024 through 07/31/2025 Option Year 2: 08/01/2025 through 07/31/2026 Option Year 3: 08/01/2026 through 07/31/2027 Option Year 4: 08/01/2027 through 07/31/2028 Vendor Requirements: SEE ATTACHED STATEMENT OF WORK document for requirements, location, and instructions. STATEMENT OF WORK AND WAGE DETERMINATION ARE ATTACHED TO THIS COMBINED/SYNOPSIS SOLICITATION. Submit Quotes no later than: 08/04/2023 at 2:30p.m. CST to the Following Point of Contact: Misti Bussell, Purchasing Agent, via Email: misti.bussell@ihs.gov. Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Best Value (see criteria below) - Price will evaluated on base plus option year pricing (combined). - Offers shall submit a list of proposed filters that meet the requirements of the statement of work. - Provide three references for past experience in providing air filter services and materials from three commercial/industrial/institutional locations (hospitals preferred) in the State of Oklahoma and surrounding areas in the past three years. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022); FAR 52.212-5 (MAR 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. SECURITY CLEARANCE In accordance with Homeland Security requirements all contractor employees who will perform the task order services shall submit to electronic fingerprints and obtain security clearance before services can be performed under this purchase order. FAR 52.204-9 PERSONAL Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS - SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov) All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. Air Handler Unit Air Filter Supplies & Exchange Service PURPOSE: The purpose of this contract is to provide materials and labor for installation of various filters (pre-filters, final filters, and HEPAs (for AHU #3 only)) for the six HVAC units 1A, 1B, 2A, 2B, 3A, 3D, 3, & 4 in penthouses at the US PHS IHS Claremore Indian Hospital. BACKGROUND The eight air filters in the HVAC units at the US PHS IHS Claremore Indian Hospital are required to be changed at scheduled quarterly and annual intervals to maintain air quality and reduce infection control rates according to ANSI, ASHRAE, ASHE, NAFA, Infection Control guidelines for Healthcare (reference AORN), FGI Guidelines for Healthcare, and The Joint Commission guidelines and regulations. Air Handler Unit Filter Information per AHU: Unit ID Qty Size Location Comment Efficiency AHU-1A 12 20x25x2 Roof Pre-filter MERV 8 AHU-1A 10 24x24x4 Roof Final Filter MERV 14 AHU-1B 24 20x20x2 Roof Pre-filter MERV 8 AHU-1B 10 24x24x4 Roof Final Filter MERV 14 AHU-1B 5 12x24x4 Roof Final Filter MERV 14 AHU-2A 8 20x25x2 Roof Pre-filter MERV 8 AHU-2A 2 16x25x2 Roof Pre-filter MERV 8 AHU-2A 4 24x24x12 Roof Final Filter MERV 14 AHU-2A 4 12x24x12 Roof Final Filter MERV 14 AHU-2B 6 20x25x2 Roof Pre-filter MERV 8 AHU-2B 2 16x25x2 Roof Pre-filter MERV 8 AHU-2B 3 24x24x12 Roof Final Filter MERV 14 AHU-2B 3 12x24x12 Roof Final Filter MERV 14 AHU-3 36 20x25x2 Roof Pre-filter MERV 8 AHU-3 8 12x24x11-1/2 Roof Final Filter 99.97% AHU-3 24 24x24x11-1/2 Roof Final Filter 99.97% AHU-3A 8 20x25x2 Roof Pre-filter MERV 8 AHU-3A 4 24x24x4 Roof Final Filter MERV 14 AHU-3A 4 12x24x4 Roof Final Filter MERV 14 AHU-3D 6 20x25x2 Roof Pre-filter MERV 8 AHU-3D 2 24x24x4 Roof Final Filter MERV 14 AHU-3D 3 12x24x4 Roof Final Filter MERV 14 AHU-4 36 20x25x2 Roof Pre-filter MERV 8 AHU-4 6 12x24x12 Roof Final Filter MERV 16 AHU-4 18 24x24x12 Roof Final Filter MERV 16 PERIOD OF PERFORMANCE - 5 year service agreement (base year plus 4 option years) Base Year: August 1, 2023 through July 31, 2024 Option Year 1, Year 2: August 1, 2024 through July 31, 2025 Option Year 2, Year 3: August 1, 2025 through July 31, 2026 Option Year 3, Year 4: August 1, 2026 through July 31, 2027 Option Year 4, Year 5: August 1, 2027 through July 31, 2028 SCOPE OF WORK Contractor shall furnish all labor, materials, delivery, and disposal of air filters for the air handlers located at the US PHS Claremore Indian Hospital. Contractor shall provide four (4) quarterly filter exchange visits and one (1) annual HEPA filter exchange visit for AHU #3 per year. AHU #3 supplies air to three Class B & C operating suites (two in OR, one in OB Labor & Delivery). Contractor shall replace all pre-final filters every quarter, final filters once per year per air handler unit at a minimum, remove used filters from air handler units on roof, and dispose used filters off of the hospital premises immediately. Current air filter exchange schedule for one-year period is as follows: 1ST Quarter - August: All pre-filters in all eight AHUs replaced Final filters in AHU 4 replaced 2nd Quarter - November: All pre-filters in all eight AHUs replaced Final filters in AHUs 1A & 1B replaced 3rd Quarter - February: All pre-filters in all eight AHUs replaced Final filters in AHUs 2A & 2B replaced 4th Quarter - May: All pre-filters in all eight AHUs replaced Final filters in AHUs 3A & 3D replaced Annual HEPA replacement - February: All HEPA final filters in AHU #3 Any deviation from this schedule shall be communicated to the Project Officer and Contracting Officer before implementing any changes. Contractor shall transport all filters to the US PHS Claremore Indian Hospital at the location of each prospective air handler on the roof. This may be schedule before the actual service. Contractor shall provide filters and testing based on the National Air Filtration Association (NAFA) latest guidelines, ASHRAE 52.2 - 2012 testing recommendations, FGI Guidelines for Design & Construction of Health Care Facilities, 2014 edition, and ANSI/ASHRAE/ASHE Standard 170-2013. Contractor shall be responsible for any damage that may occur to the property of US government during this service. Contractor shall remove and dispose of all uses filters from the premises. Contractor shall warranty all filters from blowing out of the flange channel on both pre-filters and final filters for one (1) year. If any blow outs occur and are lost in the duct, Contractor shall be responsible for retrieval of filters lost in ductwork and replacement of any filters that blow out. Default in promised delivery or failure to meet specifications shall authorize the purchasing agent to purchase items elsewhere and share full increase of cost and handling to defaulting contractor. Contractor shall perform static readings before and after every filter exchange year by a certified National Air Filter Association member to determine efficiency of the filters. Documentation shall be provided to the Project Officer after every filter exchange. SCHEDULE Contractor shall call Facilities Management 24 hours prior to delivery of the filters. Contractor shall call Facilities Management to schedule filter exchange services 7 days in advance of the expected service date in order for Facilities to coordinate service with affected departments. Contractor shall provide services during normal business of 7:45 am to 4:30 pm Monday through Friday. DELIVERABLES Contractor shall perform filter tests within seven (7) working days before and after installation of the air filters. A date shall be set by the contractor and the government for each testing dates. Contract shall require person performing independent filter testing to submit a detailed report to the US PHS Claremore Indian Hospital Maintenance Department within ten (10) days of testing. Contractor shall successfully remove and dispose of all used filters from the premises. Contractor shall submit a proper invoice to the following: Copy of Invoice: Maintenance Department US PHS Claremore Indian Hospital 101 South Moore Avenue Claremore, OK 74017. Original Invoice: Division of Financial Management IHS Oklahoma City Area Office 704 Market Drive Oklahoma City, OK 73114 Contractor shall provide accurately sized filters and warranties. Contractor shall sign in and obtain a badge in the Maintenance Department before starting work each day and sign out and return badge at the completion of work each day. Contractor delivers all reports and service records to the US PHS Claremore Indian Hospital Maintenance Department to the attention of Vicki Hall, Accounting Technician @ 918-342-6484. PERFORMANCE BASED ACQUISITION MATRIX INTRODUCTION This Performance-Based Quality Assurance Surveillance Plan (QASP) has been developed pursuant to the requirements of the Performance-Based Statements of Work. This plan sets forth procedures and guidelines that the Indian Health Service will use in evaluating the technical performance of the Contractor. A copy of this plan will be furnished to the Contractor so that the Contractor will be aware of the methods that the Government will employ in evaluating the performance on this contract and address any concerns that the Contractor may have prior to initiating work. PURPOSE OF THE QASP The QASP is intended to accomplish the following: o Define the roles and responsibilities of participating Government officials; o Define the types of work to be performed with required end results; o Describe the evaluation methods that will be employed by the Government in assessing the Contractor's performance; o The Quality Assurance Monitoring form (see attached) that will be used by the government in documenting and evaluating the Contractor's performance; and o Describe the process of performance documentation. ROLES AND RESPONSIBILTIES OF PARTICIPATING GOVERNMENT OFFICIALS The Project Officer shall be responsible for monitoring, assessing, evaluating, and reporting on the Contractor's technical performance. The Project Officer shall have the primary responsibility for completing Quality Assurance Monitoring form use to document the inspection and evaluation of the Contractor's work performance. It is extremely important for the Project Officer to establish and maintain a team-oriented line of communication with the Contractor. METHODOLOGIES TO BE USED TO MONITOR THE CONTRACTOR'S PERFORMANCE Even though the Government through the Project Officer will be monitoring the Contractor's performance on a continuing basis, the volume of tasks performed by the Contractor makes technical inspections of every task and steps impractical. Accordingly, the Indian Health Service will use a quality assurance review process to monitor the Contractor's performance under this contract. The Contractor's performance shall be evaluated by the Project Officer according to three categories: "superior", "acceptable" and unacceptable" as defined below: Superior: a level of performance which exceeds the minimum standards of performance; or Acceptable: an acceptable level of performance which meets the minimum standards of performance; or Unacceptable: a level of performance that is fails to meet the minimum standards of performance. The Project Officer will forward copies of all completed QA monitoring forms to the Contracting Officer and Contractor by close of business on the days the forms were prepared. The Contractor is required to respond in writing to any negative QA monitoring forms) within 5 working days after receipt of the form(s). ANALYSIS OF SURVEILLANCE RESULTS The Contracting Officer will receive QA monitoring form prepared by the Project Officer. When appropriate, the Contracting Officer may investigate the event further to determine if all the facts and circumstances surrounding the event were considered in the Project Officer's statements outlined on the form. The Contracting Officer shall immediately discuss every event receiving a substandard rating with the Contractor to assure that corrective action is promptly initiated. The services or activities that will be used to evaluate Contractor performance are listed below. Performance deductions for these products or activities will be taken only once, when the task is completed. Performance-based Matrix Task Indicator Standard Quality Assurance Incentives 1 Service completed within designated time intervals throughout the year The Joint Commission's Comprehensive Accreditation Manual for Hospitals (CAMH) Environment of Care (EC) Standards pertaining to utility equipment. Service performed in accordance to SOW & service intervals. NO air filter blowouts are reported. Assures timeliness compliance according to The Joint Commission CAMH Standards for managing utility equipment risks Positive past performance report 2 Rough draft service report left day of service and final service report with filter readings provided within ten business days Service tickets and reports are submitted in a timely manner according to the SOW. Service performed in accordance to SOW. Reports are complete, detailed, and have no errors. Positive past performance report 3 Equipment left in a clean and safe condition, old filters removed and disposed of. SOW, The Joint Commission's Comprehensive Accreditation Manual for Hospitals (CAMH) Environment of Care & Infection Control Standards pertaining to utility equipment. Worksite is checked after service is performed. Issues are identified and communicated. Positive past performance report 4 Service is completed in a timely manner and Air Handler Units are restored to proper operation Conditioned ventilation is restored in a timely manner to the hospital for all AHUs after service is performed. Equipment operational conditions do not impact patient care services for the hospital. Positive past performance report 5 Air filters are constructed properly Air filters meets accreditation requirements for healthcare (FGI, ASHRAE, TJC/CMS) Air filters are of proper construction to limit infection control issues, blowouts, adequate indoor air quality, and proper air flow for healthcare areas Positive past performance report General All filters shall last the expected life cycle, be free of defects, and not have any blow outs (structure loss resulting in filtering failure). All filters shall be manufactured and tested to meet or exceed the latest test standards and specification guidelines of ASHRAE 52.2-2012, FGI Guidelines for Design & Construction of Health Facilities (2014 edition), ANSI/ASHRAE/ASHE Standard 170-2013, and National Air Filtration Recommended Practices for Health Care Facilities (NAFA) latest edition. All filters are delivered and installed on the specified timeframe in order to comply with time constraints set by the US PHS Claremore Indian Hospital Maintenance Department preventative maintenance schedule. Contractor provides accurately sized filters, proper MERV ratings for applicable healthcare areas, and warranties. All filters arrive on-site at their air handler destination within fourteen (14) working days After Receipt of Order (ARO). Contractor submits a proper invoice to the Maintenance Department at the US PHS Claremore Indian Hospital. VENDOR & MATERIAL REQUIREMENTS VENDOR CRITERIA - Service Agreement Bid Vendor is a certified member of the National Air Filtration Association (NAFA). Vendor submits filter specifications with bid packet with cost breakdown per unit price of each filter type. Vendor is capable of have an independent testing service perform the two magnahelic air flow tests (before and after exchange service). The bid must show number of days required for delivery time from the date items are ordered. Vendor is required to perform delivery of all filters to the job site on the roof at their respective air handler destination within fourteen (14) working days ARO. Specifications listed below are previous specifications to the type of filters required for this project that are based on the ASHRAE (different editions) standards. If any changes are required due to changes to newer ASHRAE standards, including FGI Guidelines and The Joint Commission Environment of Care Standards updates, those changes need to be addressed with Facilities Management to have these requirements updated. 2" PREFILTERS MV-8: General Air filters shall be medium efficiency ASHRAE pleated panels consisting of synthetic media, welded wire media support grid, and beverage board enclosing frame. Sizes shall be noted on drawings or other supporting materials. Construction Filter media shall be synthetic and formed into a uniform radial pleat. A welded wire grid, spot-welded on one-inch centers and treated for corrosion resistance shall be bonded to the downstream side of the media to maintain radial pleats and prevent media oscillation. An enclosing frame of high wet-strength beverage board shall provide a rigid and durable enclosure. The frame shall be bonded to the media on all sides to prevent air bypass. Integral diagonal support members on the air entering and air exiting side shall be bonded to the apex of each pleat to maintain uniform pleat spacing in varying airflows. Performance The filter shall have a Minimum Efficiency Reporting Value of MERV 8 when evaluated under the guidelines of ASHRAE Standard 52.2-2012. The media shall maintain or increase in efficiency over the life of the filter. Initial resistance to airflow shall not exceed 0.28" w. g. at an air flow of 492 fpm. The filter shall be listed by Underwriters Laboratories as UL Class 900. Supporting Data - Provide product test report including all details as prescribed in ASHRAE Standards 52.2-2012. 4" DEEP FINAL FILTER MV-14: General Air filters shall be 4" deep high efficiency ASHRAE box style filters consisting of mini-pleated wet laid fine fiber media, thermoplastic resin separators, frame to media adhesive and high wet strength beverage board enclosing frame. Sizes shall be as noted on drawings or other supporting materials. Construction Filter media shall be of one continuous sheet of micro fine wet-laid glass mat filter media formed into uniformly spaced pleats and formed into a mini-pleat pack configuration. Thermoplastic pleat separators shall provide uniform media separation to promote uniform airflow throughout the media. The enclosing frame shall be of high wet strength beverage board which shall be bonded to the entire periphery of the media pack to prevent air bypass. The frame shall include integral diagonal support members to ensure maintained media spacing and pleat stability. The diagonal support members shall be bridge-engineered to prevent filter racking and ensure filter configuration integrity. Filter shall be bi-directional with regard to airflow. Performance The filter shall have a Minimum Efficiency Reporting Value of MERV 14 when evaluated under the guidelines of ASHRAE Standard 52.2-2012. It shall have a MERV-A of 14 when tested under Appendix J of that standard. Initial resistance to airflow shall be 0.60" w. g at an air flow of 492 fpm. Filter shall be listed by Underwriters Laboratories as UL 900. Manufacturer shall provide evidence of facility certification to ISO 9001:2008. The filter shall be capable of withstanding 5.0" w. g. without failure of the media pack. Supporting Data - Provide ASHRAE product test report per ASHRAE Standard 52.2-2012 including testing per appendix J. 12" DEEP FINAL FILTERS MV-14 General Air filters shall be high-efficiency ASHRAE pleat-in-pleat V-bank disposable type assembled in a compact and secure enclosing frame. Sizes shall be as noted on drawings or other supporting materials. Construction Filter media shall be of micro-fine glass formed into uniformly spaced pleats separated by glass filament separators and formed into a mini-pleat pack design. Each mini-pleat pack shall be assembled into a V-bank configuration with an appropriate number of packs to obtain required pressure drop. The media packs shall be bonded to the inside periphery of the enclosing frame with a fire-retardant phosphorus-free sealant. The enclosing frame shall include modular injection-molded plastic channels bonded to the media pack to prevent air bypass. Injection-molded modular plastic supports shall be placed on the air entering and air exiting sides to promote uniform airflow and assist in structural support. The filter shall have a nominal 1" solid header that is an integral component of the enclosing frame. Injection-molded rigid plastic end caps shall be bonded to the top and bottom of the enclosing structure to ensure a rigid and durable filter. A gasket shall be included on header-to-header sealing surfaces to eliminate air bypass between header filters. Filter shall be bi-directional with regard to airflow. Performance The filter shall have a Minimum Efficiency Reporting Value of MERV 14 when evaluated under the guidelines of ASHRAE Standard 52.2-2012. It shall also have a MERV-A rating of 14 when evaluated under ASHRAE Standard 52.2-2012, Appendix J. Initial resistance to airflow shall be 0.55" w. g at an air flow of 492 fpm. Filter shall be qualified by Underwriters Laboratories as UL 900. Manufacturer shall provide evidence of facility certification to ISO 9001:2008. The filter shall be capable of withstanding 5.0" w. g. without failure of the media pack. Supporting Data - Provide product test reports for each listed efficiency rating including all details as prescribed in ASHRAE Standard 52.2-2012, Appendix J. 12" DEEP FINAL FILTERS MV-16 General Air filters shall be v-bank mini-pleated fiberglass disposable type with pleat separators, polyurethane pack-to-frame sealant, and polystyrene enclosing frame. Sizes shall be as noted on drawings or other supporting materials. Construction Filter media shall be of micro-fine glass fibers formed into uniform pleats with a spacing of 10 pleats per inch and a uniform pleat height of 24mm. Pleats shall be separated at 25mm intervals to ensure uniform pleat distribution and even airflow through the filter pack. Pleats media packs shall be assembled into a v-bank configuration with sufficient total media area to meet airflow requirements. The media packs shall be bonded to the inside periphery of a polystyrene enclosing frame with a polyurethane sealant. The enclosing frame shall include top and bottom molded tracks as an integral part of the frame to ensure a proper seal. Media packs shall be recessed at least one-inch from the header side of the enclosing frame to allow uniform airflow when a pre-filter is mounted directly to the enclosing frame. The header shall include a gasket on the vertical side to create a filter-to-filter seal in side-access housing applications. Rigid plastic end caps shall be mechanically fastened to the top and bottom of the media pack enclosing structure to ensure a rigid and durable filter. Performance The filter shall have a Minimum Efficiency Reporting Value of MERV 16 when evaluated under the guidelines of ASHRAE Standard 52.2-2012. It shall also have a MERV-A rating of 16 when evaluated under ASHRAE Standard 52.2-2012, Appendix J. Initial resistance to airflow shall not exceed 0.64 inches w. g. at an air flow of 492 fpm for 24" x 24", 24" x 12" and 24" x 20" sizes. On 20" by 20" respective pressure drops shall be 0.80 inches w. g. at an air flow of 1980 cfm. Filter shall be listed by Underwriters Laboratories as UL Class 900. The filter shall be capable of withstanding 10" w.g. without failure of the media pack. Manufacturer shall provide evidence of facility certification to ISO 9001:2008. Supporting Data - Provide product test reports for each listed efficiency rating including all details as prescribed in ASHRAE Standards 52.2-2012. HEPA >99.97 % EFFICIENCY FILTERS: General Air filters shall be HEPA grade standard capacity air filters with waterproof micro glass fiber media, corrugated aluminum separators, urethane sealant, 16-gauge steel enclosing frame and sealing gasket. Sizes shall be as noted on drawings or other supporting materials. Construction Filter media shall be one continuous pleating of micro fine glass fiber media. Pleats shall be uniformly separated by corrugated aluminum separators incorporating a hemmed edge to prevent damage to the media. The media pack shall be potted into the enclosing frame with a fire-retardant urethane sealant. The enclosing frame shall be of 16-gauge steel, with a zinc aluminum alloy finish, and shall be bonded to the media pack to form a rugged and durable enclosure. The filter shall be assembled without the use of fasteners to ensure no frame penetrations. Overall dimensional tolerance shall be correct within -1/8", +0", and square within 1/8". A poured-in-place seamless sealing gasket shall be included on the downstream side of the enclosing frame to form a positive seal upon installation. Performance The filter shall have a tested efficiency of 99.97% when evaluated according to IEST Recommended Practice. Initial resistance to airflow shall not exceed 1.35" w.g. at rated capacity. Filter shall be rated by Underwriters Laboratories as UL Class 900. The filter shall be capable of withstanding 10" w.g. without failure of the media pack. Manufacturer shall provide evidence of facility certification to ISO 9001:2008. Supporting Data - The filter shall be labeled as to tested efficiency, rated/tested cfm, pressure drop and shall be serialized for identification.

Award

Medical

$172,015.00

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
133
Active Projects
73
Bidding Soon
978
All Active Projects
452
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

August 10, 2023

September 7, 2023

img_map_placeholder

101 S Moore Ave, Claremore, OK

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.