SOURCES SOUGHT
41 -- Air filtration System
- Notice Date
- 5/7/2014
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- 0010507374
- Response Due
- 5/19/2014
- Archive Date
- 7/6/2014
- Point of Contact
- Larry Ruggles, 435-831-2103
- E-Mail Address
-
MICC - Dugway Proving Ground
(larry.w.ruggles@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources that can provide the following: 1.0INTRODUCTION 1.1Purpose The purpose of this effort is to procure two identical filtration systems for gloveboxes that will be located in two secondary containment modules. 1.2Scope This effort will provide a filter system that will be attached directly to a glovebox. The glovebox will be located inside a secondary containment module (SCM). The glovebox and filter system will provide primary containment for the secondary containment system (SCM) that will ensure liquid and vapor containment during chemical warfare agent and emerging threat material testing. 1.3Background A filtration system is required to remove toxic gasses and aerosols from a glovebox and to maintain a negative.25 quote mark WG pressure inside the glovebox. The glovebox consists of three 72 quote mark L x 48 quote mark W x 40 quote mark H modules and two 24 quote mark L x 30 quote mark W x 30 quote mark H pass-throughs (loading/unloading boxes), one on each end of the glovebox. The glovebox can be reconfigured by adding/removing modules to be 6', 12', or 18' long as required. The filter system shall draw air from a single source in the glovebox. During operation the air-flow through the glovebox will be as low as possible to maintain the required negative pressure and will not exceed 3 CFM; however, the filtration system needs to be capable of drawing up to 140 CFM in the event of a glove port breach. The filtration system will be located beneath one of the 72 quote mark L glovebox sections. The glovebox filtration system's blower outlet will be ducted to the inlet duct of the filtration system for the enclosure/room housing the glovebox. The flow rate and negative pressure in the glovebox will be controlled by LabView using the VFD for the glovebox filtration system, electrically actuated dampers, and pressure sensor(s). The glovebox will be temperature and humidity controlled with a temperature range of -32 C to 49 C (-26 F to 120 F) and a relative humidity range of 5% to 95%. The requiring activity for this procurement is the Test Data Imaging Branch, Optics group, U.S. Army, Dugway Proving Ground, UT. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 238220 and the size standard is $14,000,000 dollars. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts; (7) if available, please also provide copy of your published pricelist. PROCEDURES: This Request for Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of quotes submitted in response to any resulting future formal Request for Quote. Interested parties should provide a statement of interest on company letterhead (not to exceed 10 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CHD-DG (Larry Ruggles, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for quotes nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), May 19, 2013 via email (larry.w.ruggles.civ@mail.mil), or facsimile (435-831-2103). The point of contact concerning this sources sought action is Mr. Larry W Ruggles, Contract Specialist at (435) 831-2103, or email larry.w.ruggles.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc39ab51880a2dbd50e52f99a82d0bdc)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03359216-W 20140509/140507234223-cc39ab51880a2dbd50e52f99a82d0bdc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |