Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
SOURCES SOUGHT

66 -- THREE CHAMBER CLASS III BIOLOGICAL SAFETY CABINET EQUIPPED WITH SPECIAL BUTYL GASKETS

Notice Date
6/26/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DAAD05-02-T-0512
 
Response Due
7/12/2002
 
Archive Date
8/11/2002
 
Point of Contact
Kathleen Wissler, 410-278-0891
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch
(KATHLEEN.WISSLER@SBCCOM.APGEA.ARMY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. The combined synopsis/solicitation number is DAAD05-02-T-0512. This is a total small business set-aside. This requirement is a brand name or equal and shall be awarded on an ?all or none? basi s. If providing equal, provide sufficient description/descriptive literature of the physical, functional, or performance characteristics of the item for comparison purposes. CLIN 0001 Three Chamber Class III Biological Safety Cabinet Equipped with Specia l Butyl Gaskets. The enclosure shall consist of a two-sided primary zone that houses your exposure carousel, a single-sided work zone equipped with a large vinyl bag-out device for waste removal, and a single-sided pass-thru zone for the safe introduction and removal of items. The safety cabinet shall have the following features: 1) Class III ? The system shall meet all the requirements of a Class III biological safety cabinet (as defined by the Federal Register and CDC/NIH publication Biosafety in Micro biological and Biomedical Laboratories 4th edition). 2) Negative Pressure ? The glovebox operates continuously at a negative 0.5? water column pressure to provide maximum personnel protection. The pressure is continuously monitored and an audible alarm s ounds if the air flow conditions deviate from pre-set criteria. 3) Inlet HEPA Filters ? Each zone shall be equipped with inlet HEPA filters. HEPA filters shall be 99.99% efficient on particles 0.3 micron (the most penetrating size). HEPA filters shall b e tested by DOP test. System does not include exhaust filters. 4) Directional Air Flow ? The primary zone shall have unidirectional (laminar) air flow to flush away any potentially contaminated air from the chamber. The other two zones shall feature non -directional HEPA air flow. 5) Access Panel ? The primary zone shall be equipped with a 24? x 24? access panel for maintenance. The access panel shall also serve as a transitional area for future additions of Class III cabinets. 6) Construction ? The co ntractor shall construct the glovebox system with heavy duty components. All stainless steel areas shall be polished to eliminate any cracks, crevices, ledges, pits, pinholes, or other imperfections. 7) Stainless Steel ? Heavy, 12 gauge, 304 type stainle ss steel construction with easy to clean ? inch radius corners that prevent the build-up of contaminants and resist corrosion. 8) Lexan View Screens - Mar-resistant Lexan view screens provides durability and safety. Lexan is recommended because of their size and the number of gloveports cut directly into it. 9) Interchamber Doors ? Interchamber doors shall be gas-tight and shall have nominal dimensions of 12? x 18?. 10) Pass-Thru Chamber Door - The entire pass-thru viewscreen shall be hinged to serve as an external pass-thru chamber and shall be approximately 20? x 30?. 11) Butyl Gaskets ? The system shall be equipped with butyl gaskets for chemical compability. 12) Butyl Gloves ? The Class III system shall be fitted with Butyl gloves for compatibilit y. 13) Oval Gloveports ? Gloveport openings shall be cut directly into the Lexan windows and shall be oval for maximum ergonomic comfort. Gloveports shall be stainless steel and shall be equipped with a quick release glove clamp to facility a glove chang eout. 14) Common Exhaust ? Each of the three zones (chambers) shall share a single exhaust plenum connected to the in-house exhaust system. 15) Common Intake Plenum ? The contractor shall supply a common plenum for each of the chambers to hook up to. 16 ) Chamber Integrity ? Each chamber shall have independent air balancing and isolation dampers. Each chamber can be closed off for decontaminating. Silicone ga skets must be used on shutoff dampers. Butyl gaskets shall be used in all other locations. 17) Sloped Floors ? Each chamber shall have sloped floors for the efficient draining of decontaminating solutions. 18) Pneumatic Shut-Off Damper ? The contractor shall equip the common intake plenum with a fail-safe automatic shut off damper. This device automatically closes the inlet damper should your exhaust system fail. 19) Service Connections ? System includes up to six utility service connections to process liquids or gases. Size and type shall be specified by the Government. 20) Ergonomics ? All viewscreeens shall be titled inward by 10? for maximum ergonomic comfort with the option for the Government to reduce the slope by 2? to accommodate internal equi pment. 21) Cleanability ? the Class III system shall feature easy to clean stainless steel polished to a #4 finish. 22) Helium Leak Test ? The system shall pass a helium leak test to insure containment. At 3? positive pressure and 33% helium, the accept able leak rate shall not exceed 1.5 x 10(to the negative 5 degrees) cc/sec. 23) Lighting ? Each chamber shall be equipped with fluorescent lighting to illuminate the interior. Lighting shall be located external to containment to allow maintenance without breaking containment. 24) In-Rush Protection ? The cabinet system shall be designed to yield 100 linear feet per minute across any one glove opening. If you should loose an entire glove, air would rush into the cabinet through the glove opening at a rat e of 100 fpm. 25) Interlocks ? The contractor shall equip the waste bag-out door with an interlock to prevent the accidental opening at the door. The contractor shall also equip the pass-thru door with an interlock to prevents its? accidental opening. 2 6) Electrical Outlets ? The primary zone shall be fitted with two duplex electrical outlets (115VAC), the work zone and the pass-thru zone shall each have one duplex electrical outlet (115VAC). 27) Nominal Dimensions ? Primary zone 48? x 46? with 3 gloves each side, work zone 36? x 24? with 2 gloves, pass-thru 24? x 24? with 1 glove. Internal height shall be a minimum of 34? for each chamber ? exact dimensions shall be provided with approved drawings. 28) Installation - The contractor shall provide facto ry direct installation of the Class III chamber. The contractor shall dispatch two factory direction installation testers. The contractor shall install the cabinet system and provide training in the safe operation of the system. The contractor shall als o work with the government certifiers and provide them with any direction that they may need to certify the cabinet system. 29) Certification Testing ? The contractor shall perform the following tests and shall supply documentation verifying the results. Testing shall be performed at the contractor?s location prior to shipping. Testing shall include a) filter leak testing, b) electrical testing, c) cabinet pressure test, and d) sulfur hexafluoride leak test. Requisition Numbers W81CRF21616007. Acceptanc e shall be at Destination. Shipping shall be FOB Destination. Period is performance is 6 months. Delivery shall be to Aberdeen Proving Ground (Edgewood Area), Maryland. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this ac quisition. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are ?Price and Past Performance? and ?less important than price?. A completed copy of the provision at 52.212-3, Offeror Representati ons and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statut es or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so ind icate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorit ies and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronical ly at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by 12 July 2002 no later than 8:00 AM EST at the Robert Morris Acquisition Center, AMSSB-ACC-AT (Kathleen Wissler), 4118 Su squehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Kathleen Wissler, Contracting Officer, at (410) 278-0891, fax (410) 278-0900, or email Kathleen.Wissler@sbccom.apgea.army.mil.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00100086-W 20020628/020626213337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.