Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

R -- Study of Face Mask and Respirator Exhalation Filtration Efficiency and Exhaled Air Velocity During Wear

Notice Date
8/4/2020 12:28:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
PR-48849
 
Response Due
8/11/2020 7:00:00 AM
 
Archive Date
08/26/2020
 
Point of Contact
Diane Meeder, Phone: 4123864412
 
E-Mail Address
DMeeder@cdc.gov
(DMeeder@cdc.gov)
 
Description
NOTICE OF INTENT TO ISSUE AN ORDER/CONTRACT.� This is not a request for competitive proposals/quotes. The Centers for Disease Control and Prevention (CDC), National Center for Occupational Safety and Health (NIOSH), National Personal Protection Technology Laboratory (NPPTL), hereby announces its intent to issue a sole source order/contract to West Virginia University. The NAICS code for this acquisition is 541990 All Other Professional, Scientific and Technical Services, with a size standard of $16.5 million. The study will be performed in the respirator research laboratory located in room 246 of the Mineral Resources Building of the Statler College of Engineering and Mineral Resources on West Virginia University�s Evansdale Campus. Project requires recruitment of healthcare workers that have specific experience related to the proper use of Powered Air Purifying Respirator (PAPRs). The WVU team have access to all WVU healthcare workers who use PAPRs in the hospital to recruit subjects for this study. The overall objective of this project is to assess the source control characteristics of face masks worn by the public and NIOSH certified negative pressure half mask RPE worn by health care workers and first responders. We propose to evaluate the �exhalation efficiency� of these devices as a function of: respirator quality (NIOSH or non-NIOSH certified), respirator style (procedures masks, N95 surgical masks, N95 filtering facepiece respirators (FFR) and replaceable filter respirators (RFR) with exhalation valve uncovered and covered with a surgical mask, droplet/particle size, tidal volume, (values representative of light, medium and heavy work) minute volume, (values representative of light, medium and heavy work) respirator fit (sealed to the mannequin, and FF ranges of 100 to 500, and 500 to 1000+) distance from the mask (1, 2, and 3 feet) Inhalation filter efficiency will be measured and recorded for each respirator quality and style. Exhalation air temperature and relative humidity will be controlled. � Exhalation flow velocity from the mannequin will be measured at distances of 1, & 3 feet with and without the respirator being worn as a function of: respirator quality (NIOSH or non-NIOSH certified), respirator style (procedures masks, N95 surgical masks, N95 FFR, with and without exhalation valves, and RFR, tidal volume, (values representative of light, medium and heavy work) minute volume, (values representative of light, medium and heavy work) respirator fit (sealed to the mannequin for all, FF ranges of 100 to 500, and 500+for certified devices and FF range of 1 to 100 for non-certified face masks) As a positive control exhaled air velocity will be determine for the mannequin with no face mask or respirator as a function of tidal volume and minute volume. The results from this study will provide better data to determine the source control value of different types of NIOSH certified N95 respirators used by HCWs in hospital ORs. It will also provide information on the source control value of face masks used by the public. A determination by the Government not to compete this proposed action will be based on responses to this notice and is solely in the discretion of the Contracting Officer. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All vendors must be registered in the System for Award Management (SAM) at www.sam.gov , prior to an award of a federal contract. This action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) and 10 U.S.C. 2304(c)(1). Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This is not a request for competitive quotations; however, the Government will review any/all product, capabilities, and pricing information submitted prior to the closure of this notice. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responsible sources that believe they possess the expertise and capabilities identified above are hereby afforded the opportunity to submit to the Contracting Officer within 10 days from the posting date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward, as applicable, any capabilities, product, pricing information (for products, etc.), and/or other pertinent information to Diane Meeder, Contracting Officer, CDC, OAS, through email at Dmeeder@cdc.gov. Any responses should be emailed to Diane Meeder at DMeeder@cdc.gov by August 11, 2020 at 10:00 A.M. ET.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/abd2956cd1b649099017b65800d72d86/view)
 
Place of Performance
Address: Morgantown, WV 26505, USA
Zip Code: 26505
Country: USA
 
Record
SN05744258-F 20200806/200804230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.