Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2005 FBO #1138
SOLICITATION NOTICE

66 -- Emergency Glovebox Containment Lines

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
0000HCN8-2004-10789
 
Response Due
8/5/2004
 
Point of Contact
Penny Norton, Contract Specialist, Phone 770-488-2075, Fax 7704882847, - Mark Federer, Contract Specialist, Phone (770)488-2684, Fax (770)488-2670,
 
E-Mail Address
pen7@cdc.gov, MFederer@CDC.GOV
 
Description
The Centers for Disease Control and Prevention (CDC) intends to purchase two (2) –Emergency Laboratory Glovebox systems . The CDC believes that its requirements are met by only one provider, The Baker Company, Inc., however all responsive sources that can meet the requirements listed herein may submit a quote which will be considered by the agency. Description of the requirements are: General Description: The contractor, as an independent organization and not as an agent of the Government, shall furnish personnel, materials, supplies, and equipment to fabricate and subsequently install and test two identical, custom-built glovebox containment lines for the Building 110 Emergency Laboratory in Chamblee, Georgia. Assembly and leak testing at the Government site by factory engineers is required. Each line shall consist of three interconnected gloveboxes, two pass-through chambers, and one specially modified 6 foot Class II, Type B3, Biological Safety Cabinet (BSC). The Class II, Type B3, BSC shall be placed towards the center of the line. Glove boxes will be connected to each side of the Class II cabinet. To the right side shall be a four-foot wide, three-glove work chamber, followed by a two-foot wide, one-glove pass-through chamber. To the left of the Class II BSC shall be a six-foot, four-glove autodiluter chamber, followed by a four-foot, three-glove work chamber, followed by a two-foot, one-glove, pass-through chamber. The 30” deep work chambers accommodate a Gilson Model 215 autodiluter or future equipment. Guillotine-type vertically sliding doors shall be constructed between each component of the line. 1. Glovebox Containment Line Features Each line shall include the following individual items of equipment: a. Six Foot, Class II, Type B3 Biological Safety Cabinet As a minimum, the BSCs shall meet the following specifications: Nominal six-foot wide by 23” deep work space. Epoxy powder-coated work space. Vertical sliding sash with 8” work opening and 18” set up opening. Canopy Exhaust Connection. 2” vaporized hydrogen peroxide (VHP) decontamination ports equipped with gas tight ball valves, one supply and one exhaust. 10” by 10” clear pass thru openings, one in each side wall. Gasketing to be standard Ό” by ½” closed cell neoprene with skin on four sides. Cabinet to have no electrical outlets. Manually installed decontamination seal plates for front access opening and exhaust outlet opening. b. Six Foot Glovebox to House Gilson Auto Diluter As a minimum, the glovebox shall meet the following specifications: Nominal six-foot wide by 30” deep work space. One full-ceiling coverage 72” long by 24” wide by 6” deep/high aluminum frame supply HEPA filter to provide unidirectional downflow velocity of approximately 30 feet per minute. One manually-operated gas-tight stainless steel inlet damper assembly to balance work chamber pressure. One manually-installed plate to seal air inlet plenum for purposes of decontamination and pressure tests. One 24” wide by 36” long by 6” deep/high aluminum-frame, bag-in/bag-out exhaust HEPA filter, with provisions for probing the downstream duct. Two 6” diameter exhaust ports equipped with gas tight seal dampers. Two built-in centrifugal exhaust blowers, ducted in parallel, to handle cabinet flow rate and static pressure requirements, including a 0.5” w. c. increase in initial cabinet pressure due to filter loading. Nominal five-foot wide by three foot high, top hinged “gull wing” front access door with four glove ports constructed of type 304 stainless steel frame, 3/8” mirror-quality safety glass, butyl gaskets, and cam-actuated latches. One 10” by 10” clear pass-through opening in each side wall. One vertical sliding guillotine-style sealed door over right side wall opening. Two 115-volt hospital-grade spark-proof outlets. Power to outlets shall be switched from outside the glovebox. c. Four Foot Gloveboxes As a minimum, the gloveboxes shall meet the following specifications: Nominal four-foot wide by 30” deep work space. One full-ceiling coverage 48” long by 30” wide by 6” deep/high aluminum-frame supply HEPA filter to provide unidirectional downflow velocity of approximately 30 feet per minute. One manually-operated, stainless steel, gas-tight inlet damper assembly to balance work chamber pressure. One manually-installed plate to seal air inlet plenum for purposes of decontamination and pressure tests. One 24” wide by 24” long by 6” deep/high aluminum-frame, bag-in/bag-out exhaust HEPA filter, with provisions for probing the downstream duct. One 6” diameter exhaust port equipped with air tight seal damper. One built-in centrifugal exhaust blower to handle cabinet flow rate and static pressure requirements, including a 0.5” w. c. increase in initial cabinet pressure due to filter loading. Nominal five-foot wide by three foot high view screen with three glove ports. Constructed of type 304 stainless steel frame, 3/8” mirror-quality safety glass, butyl gaskets, and cam latches. One 10” by 10” clear pass-through opening in each side wall. Two vertical sliding guillotine-style seal doors, one over left side wall opening and one over right side wall opening. One inlet and one outlet port with manually actuated ball valves, as specified by CDC, to facilitate nitrogen purge. Two 115 volt hospital-grade, spark-proof outlets. Power to outlets shall be switched from outside the glovebox. d. Two Foot Pass-through Gloveboxes As a minimum, the gloveboxes shall meet the following specifications: Nominal two-foot wide by 30” deep work space. One partial ceiling coverage 12” long by 12” wide by 3” deep/high aluminum frame supply HEPA filter to provide turbulent downflow. One 6” diameter inlet port equipped with gas tight seal and balancing damper. One 12” wide by 12” long by 3” deep/high aluminum frame bag in bag out exhaust HEPA filter, with provisions for probing the downstream duct. One 6” diameter exhaust port equipped with air tight seal damper. One built-in centrifugal exhaust blower to handle cabinet flow rate and static pressure requirements, including a 0.5” w. c. increase in initial cabinet pressure due to filter loading. Nominal 18” wide by three foot high horizontally hinged, “space saver” front access door with one glove port. Constructed of type 304 stainless steel frame, 3/8” mirror-quality safety glass, butyl gaskets, and cam latches. 10” by 10” clear pass-thru opening in the side wall adjacent to the four-foot glovebox. One vertical sliding guillotine-style seal door over side wall opening. Front access door and door to adjacent glovebox interlocked to prevent both doors from being opened at the same time. One inlet and one outlet port with manually actuated ball valves, as specified by CDC, to facilitate nitrogen purge. e. Features common to all gloveboxes and pass-thru chambers: Heavy, 12 gauge, type 304 stainless steel construction with easy to clean, full radius corners that prevent the build-up of contaminants and resist corrosion. All interior glove box surfaces and pass-through door surfaces shall have a powder-coated, baked-on epoxy finish. Hinging and latching components will be plastic- or epoxy-coated where practical. All glovebox chambers will be designed to operate continuously at a negative 0.5” water column pressure for maximum personnel and product protection. The pressure will be continuously monitored and an audible alarm sounds if the air pressure conditions deviate from pre-set criteria. Externally mounted fluorescent light assembly will illuminate the work surface and will be serviceable from outside the glovebox to maintain product and personnel protection during maintenance. Eight inch diameter ABS glove ports with one piece sleeve and glove assembly built directly into the view screen for improved visibility and ergonomics. All interior and exterior glovebox doors will be tested to Class II Biological Safety Cabinet specifications using a 2” soap bubble test. Gas-tight doors and view screens maintain air conditions internally. Each chamber shall have a decontamination gas inlet and outlet port equipped with gas tight manually controlled ball valves. All gloves shall be one-piece butyl, left, right, and ambidextrous types as defined by CDC. All support stands shall be constructed from type 304 stainless steel. Each chamber shall be provided with a junction box for electrical power connections. Each cabinet control panel shall have a circuit breaker switch for its integral blower. Each chamber shall have nitrogen inlet and outlet ports with inline HEPA filters and air tight manually operated ball valves. Nitrogen flow rate to be specified by customer. All glovebox view screens will be constructed of 3/8” thick laminated safety glass f. Exhaust Manifold: (Not part of this quotation, to be supplied by others) The exhaust manifolds shall be positioned in the interstitial space over each line and connect to each exhaust outlet. Minimum ceiling height requirement is ten feet. Flow rate shall be the sum of all the cabinets and the bypass flow for each line. Manifold should be 6” high by 24” wide to keep maximum duct velocity below 2,000 feet per minute. Manifold should be equipped with multi-function air bypass: Canopy connection for glove box line General room exhaust for lab ventilation requirements Exhaust bypass during glovebox decontamination. The manifold should be equipped with a pressure switch that will cut power to all glovebox blowers should the manifold pressure deviate above a predetermined value. Bypass design should be coordinated with lab ventilation engineers. The recommendation is to use a variable flow damper which maintains an exhaust manifold static pressure of -0.1” w.c. g. Exhaust Manifold Matrix Manifold Inlet Component Flow Rate(cfm)Flow Restrictions (inches water column) 2’ pass-thru 50 0 4’ glovebox 350 0 6’ glovebox 450 0 6’ class II, type B3 550 0.1 4’ glovebox 350 0 2’ pass-thru 50 0 Gx / decon bypass 165-2 tbd-3 Totals 1965-1 0.1-4 Notes: Total flow is based on preliminary HVAC design criteria of 840 cfm for class II and 1125 cfm for gloveboxes. The Gx / decontamination bypass creates a canopy exhaust connection for the glove box line to the building exhaust. It serves to decouple the glove box blowers from the building blower thus improving air flow balancing procedures. In addition, the bypass grill can be designed to handle a greater flow rate while one or more glove boxes are sealed off for decontamination, thus maintaining laboratory airflow and pressure requirements. The restriction of the bypass will depend on the required bypass flow during decontamination. The chambers and bypass are manifolded in parallel, thus the greatest restriction will dictate the manifold static pressure. Each of the glove box chamber is equipped with integral exhaust blowers which handle their restrictions. The class II cabinet with the canopy exhaust connection requires the manifold to be at approximately -0.1” w.c. in order to pull air in through the canopy gap. The manifold pressure may be determined by the bypass flow requirements. h. Other Requirements: Per CDC requirements, all exposed metal within the gloveboxes shall be epoxy-coated. All CDC cleaning agents should be carefully selected to avoid breakdown of the epoxy coating. Class III gloveboxes are not required for this particular application. These gloveboxes will not be designed or tested to meet the more stringent Class III requirements. Operators Manual: A complete operators manual includes factory acceptance test reports and lists of all replacement parts will be supplied. The operators manual contains directions for all routine maintenance. Kick off meeting: Prior to design and construction a factory engineer will meet with CDC end users and engineers in Atlanta for a one day final design meeting to address all outstanding concerns and issues associated with the custom made glovebox line. Any additional factory engineer on-site visits requested by CDC will be at an additional cost. 2. Installation Because of the special nature of the two custom built glovebox lines, installation by factory service technicians is required. The equipment will be received at the CDC loading dock by Government personnel, then moved into the laboratory and installed by the contractor. A soap-bubble pressure test shall be run to insure integrity. Any and all external facilities connections will be made by others (electrical, HVAC, gasses, etc.). Evaluation Criteria The following evaluation Criteria will be used to evaluate offers: a) Technical capability to meet the government’s need; b) Delivery; c) Price; d) Physical size of the equipment (limited lab space); e) Warranty. If providing and FOB – Origin – estimate shipping charges. This is an all or none requirement. Delivery, installation and all testing must be completed prior to December 1, 2004. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLITICTATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Descriptive literature shall be in sufficient detail as to demonstrate that the system offered meets or exceeds the specifications. Award will be made to the vendor who submits a proposal that offers the best value to the Government in terms of technical ability and price. The Government may make its decision on the basis of initial quotations received and not conduct discussions. Therefore, each initial quotation should contain the offeror’s best terms from both a price and technical standpoint. The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors – Commercial Items (JAN 2004) applies to this acquisition; 52.212-2, Evaluation – Commercial Items (JAN 1999); the evaluation criteria stated in paragraph (a) of this provision are as follows a) Technical capability to meet the government’s need; b) Delivery; c) Price; d) Physical size of the equipment (limited lab space); e) Warranty. The clause 52.212-4, Contract Terms & Conditions – Commercial Items (OCT 2003) applies to this acquisition. The following FAR Clauses are hereby added to this clause: The clause at 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JUN 2004) applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (3), (7), (14), (15), (17), (18), (20), (24), and (30). FAR clauses 52.222-41 Service Contract Act of 1965 (MAY 1989), 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) and 52.222-20 Walsh-Healey Public Contracts Contracts Act ((DEC 1996) may also apply. OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS, WITH YOUR QUOTE. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. This procurement is not set-aside for small business. Offers will be due 08/05/2005 by 12:00 noon EST at Centers for Disease Control and Prevention; Procurement and Grants Office, Construction and Facilities Management Branch, Attn: Penny Lyle Norton; 2920 Brandywine Road, Colgate Bldg., Atlanta, GA 30341. Facsimile offers will NOT be accepted. All quotes must be clearly marked on the envelope with the following: RFQ #0000HCN8-2004-10789 Attn: Penny Lyle Norton. All responsible sources that can meet the above requirements may submit a quote, which will be considered by the Agency.***** NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-JAN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/CDCP/PGOA/0000HCN8-2004-10789/listing.html)
 
Place of Performance
Address: Centers for Disease Control & Prevention Chamblee Campus - Bldg. 110 Laboratory 4770 Buford Highway Altanta, GA
Zip Code: 30341-3717
Country: USA
 
Record
SN00730642-F 20050107/050105213825 (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.