Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

66 -- The objective of this project is for the Contractor to provide all labor, materials and equipment necessary to provide a state-of-the-art Class III Hoods, six transfer carts, and 3 safety cabinets in accordance with the SOW.

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-04-T-0737
 
Response Due
9/10/2004
 
Archive Date
11/9/2004
 
Point of Contact
Joe Libbey, 301-619-6677
 
E-Mail Address
Email your questions to US Army Medical Research Acquisition Activity
(joe.libbey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. For a complete solicitation with the statement of work go to: https://acquisition.army.mil/asfi/ or https://acquisition.army.mil/asfi/. Technical Manager point of contact is the Facility Manager, Robert Koning, P.E. EMAIL: robert.koning@amedd.army.mil; Contract Specialist is Joe L. Libbey, EMAIL: joe.libbey@us.army. mil; Contracting Officer is Rebecca J. Tama, EMAIL: rebecca@us.army.mil. GENERAL AEROBIOLOGY HOODLINE EQUIPMENT U.S. ARMY MEDICAL RESEARCH INSTITUTE of INFECTIOUS DISEASES 1.1. Task Title: Procurement, design, manufacturing, factory testing, site installation, testing, and verification of Aerobiology Class III Hoods. 2. TASK ORDER REQUIREMENTS 2.1. The objective of this project is for the Contractor to provide all labor, materials and equipment necessary to provide a state-of-the-art Class III Hoods in accordance with the SOW. 3. SERVICES TO BE PERFORMED 3.1. Technical Criteria: Design for the above-described work shall be as defined in the SOW except as amended herein. The Contractor shall provide all professional engineering, manufacturing and installation services for constructing and installation of Class III Biological Safety Cabinets in Building 1412. 3.2. Negotiations: The negotiations shall be as defined in the contract. 3.3. Pay Estimates. Facility Manager prior to payment shall sign payment estimates. 4. SITE SECURITY AND SAFETY 4.1 Site safety shall be in accordance with the primary contract and the approved site safety and health plan as modified by the project adapted site safety and health plan. 4.2 All contractor personnel working on site shall be subject to National Agency Check (NAC) clearances. Single Scoped Background Investigation (SSBI) for all personnel working on this project is required. All personnel assigned to this task must have a working employee's security background investigations and comply with USAMRIID DD 254 (Department of Defense Contract Security Classification Specification). 4.3 Provide the service as described in this Statement of Work during normal business hours. Normal business hours are from 7:00 AM to 5:00 PM Monday through Friday except holidays, post closings due to inclement weather, and normal vacation. 4.4 A Non-Disclosure Agreement shall be required for all personnel working on this project. 5. QUALITY CONTROL. An approved Quality Control Plan shall be submitted and included in the site safety and health plan. 6. APPLICABLE DIRECTIVES. Comply with all applicable federal, state and local regulations and codes; including the CDC/NIH Biosafety in Microbiological and Biomedical Laboratories; CDC/NIH Primary Containment for Biohazards: Selection, Installation and Us e of Biological Safety Cabinets; and the Ft. Detrick Design Guidelines. Where deviations are noted or required, the contractor must prepare a deviation waiver for approval. 7. CONTACTS. Technical Manager point of contact is the Facility Manager, Robert Koning, P.E. EMAIL: robert.koning@amedd.army.mil; Contract Specialist is Joe L. Libbey, EMAIL: joe.libbey@us.army.mil; Contracting Officer is Rebecca J. Tama, EMAIL: rebecca@ us.army.mil. 8. DELIVERABLES/SCHEDULE. The following major milestones shall be scheduled within 15 days of contract award. The project timeline shall be submitted to the Government and prepared in Microsoft Project format. 8.1 Pre-design Kickoff Meeting - Within 15 days of contract award, a meeting shall be held with Government and Contractor personnel to discuss the technical requirements required for this equipment. 8.2 Mid-Point Design Review  Within 45 days of contract award, a mid-point design review and analysis shall be held at the contractors site. 8.3 Final Design Review/Pre-manufacturing Meeting  Within 60 days of contract award, a fi nal design review and analysis shall be held at the government site. 8.4 Manufacturers Progress Site Inspection  Within 90 days of contract award, a Government inspection team may visit the Contractors site and inspect the progress of the equipment fabrication and development of the Class III Biological Safety Cabinet and Transfer Carts. 8.5 Manufacturers Progress Pre-delivery Inspection  Within 150 days of contract award and prior to shipment, a Government Technical Team shall visit the Contractors site and witness the QA Final Testing and acceptance. 8.6 Equipment Installation Meeting  Within 180 days of contract award, a pre-installation meeting shall be held at USAMRIID. Completion Date - All work under this task order shall be complete not later than 15 March 2005. 9. SCOPE OF WORK: The Aerobiology Center of Excellence will be housing, transferring, performing aerosol exposures, and analyzing results thereof, concerning non-human primates and rodents in a BL3 laboratory environment. To this extent, space has been allocated for three ( 3) independent Class III Biological Safety Cabinet (BSC) lines for support of this research. Each Class III BSC will be nominally eight foot long & double sided, enabling work access from both long sides. An easily removeable transport/decontamination DC powered cart (nominal four foot length) will be provided at one end, and be secured with locki ng clamps designed to ensure repeated sealablility to Class III leak rate standards. Design of the system will permit transport cart portability from the animal holding room doors, to each Class III BSC docking adapter. Animals & work material will enter/ exit through the transport cart access door, and the entire system, (transport cart, docking adapter, Class III BSC) will be designed for decontamination via VHP & paraformaldehyde generator apparatus. (Note: VHP & Paraformaldehyde generators are USAMRIID provided, connection ports are only required). An additional dunk tank system will be installed on the opposite end of the glove box. Concept drawing with sufficient design details to permit a technical review will be required at time of proposal submission. Adherence to general layout, scope of operations, and specifications will be essential to proper evaluation. Ergonomic considerations are also essential. Location of glove ports, sloped viewscreens, access doors with method of closure, portability of transport carts, accessibility of internal/external services, and human inter-relationships (i.e. Show drawing de tail of human accessibility) with these factors shall be considered. 10.1 DUAL SIDED CLASS III BIOLOGICAL SAFETY CABINET MINIMAL ESSENTIAL CHARACTERISTICS (THREE REQUIRED) 10.2 CLASS III BIOLOGICAL SAFETY CABINET TRANSFER CART MINIMAL ESSENTIAL CHARACTERISITCS (SIX REQUIRED) 10.3 FACTORY ACCEPTANCE TESTING 1. The following factory tests must be performed at a minimum and a test report shall be generated: 2. Supply & exhaust HEPA filter integrity test. 3. Electrical testing. 4. Cabinet pressure test to verify continuous operation at a negative pressure of 0.5 W.G. 5. Positive pressure containment test. Both Double Sided Class III BSC Glove Box & the Class III Transfer Cart must pass a Sulfur Hexafluoride or Helium leak test. An SF6 leak rate no greater than 5 x 10-7 cc/sec. at 6. 3 W. G. positive pressure. Helium acceptance criteria is 1.5 x 10-5 cc/sec. at 3 W.G. positive pressure (33% helium) 7. Representatives of USAMRIID may elect to witness the Factory acceptance testing 10.4 INSTALLATION & ON SITE TESTING Manufacturer will receive the Class III systems at USAMRIID. Unloading, uncrating, setting in place, leveling, assembly, and make ready for final utility connections will be a part of this contract. After USAMRIID provides utility connections to the Class III systems, an on site certification to Class III standards to replicate factory testing will be accomplished. Th e manufacturer will engage the certification firm already qualified at USAMRIID. Final test reports shall be provided to USAMRIID.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00660465-W 20040901/040831064446 (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  © 1994-2020, Loren Data Corp.