The RFP Database
New business relationships start here

Biosafety cabinets, Barrier Isolates, facility HEPA filter banks and CAC HEPA filters, IAW latest edition of BMBL (biosafety in Microbiological and Biomedical Laboratories) NSF/ANSI 49.


Utah, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

In accordance with Federal Acquisition Regulation (FAR) 5.205(c) this sources sought notice is issued to obtain market research information and for planning purposes only and does not constitute a solicitation. Responses will not be returned. In accordance with applicable FAR provisions a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with their response. Not responding to this market research will not preclude participation in any future Request for Proposal (RFQ), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the FAR.

The information received will be used within and by the MICC, Dugway Proving Ground, UT to facilitate the acquisition and program decision making process and will not be disclosed outside of these organizations. This announcement is not a request for quote, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a RFQ and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of any government assessments. The decision to solicit for a contract shall be solely the Government's discretion.

Capability:
Relevant Experience (limited to 2 pages) in projects of similar size, scope and complexity, citing dollar value within the last three years, including contract number, indication of whether a prime contractor or subcontractor, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced is relevant to the scope of work.

The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources to maintain and certify Biosafety cabinets, Barrier Isolates, facility HEPA filter banks and CAC HEPA filters, IAW latest edition of BMBL (biosafety in Microbiological and Biomedical Laboratories) NSF/ANSI 49. to The West Desert Test Center (WDTC), Special Programs Division (SPD) and Life Science Division (LSD), Dugway Proving Ground (DPG), Dugway, UT 84022

Procurement of a service contract that assures a requirement for Biological Safety Cabinets (BSC), High Efficiency Particulate Air (HEPA) filters and HEPA Bank annual maintenance and certification. To accomplish this requirement, LSD has a justifiable need for a contractor to perform the maintenance and certification of the biological safety cabinets, HEPA filters and HEPA banks for LSD and SPD. Contractor shall perform the maintenance and certification annually by experience, qualified and accredited personnel. Please provide a capabilities statement along with the input for the Sources Sought.

Mission: In the context of this submission, the mission encompasses being able to have the biological safety cabinets and HEPA filters be maintained and certified annually under Engineering Controls Certification IAW 385-69. The BSC requirements are outlined in the BMBL (Biosafety in Microbiological and Biomedical Laboratories). BSCs must conform and be certified to meet National Sanitation Foundation (NSF)/American National Standards Institute (ANSI) 49 for the applicable type of cabinet.

Background: BSC are required for working in Biological Safety Level 2 and 3 environments. BSC must be annually certified IAW BMBL and be certified to meet National Sanitation Foundation (NSF)/American National Standards Institute (ANSI) 49 for the applicable type of cabinet.

Scope: The contractor shall provide annual maintenance and certification on 119 Class IIA BSC, 10 Class IIB BSC, 10 Class IIA/B3 BSC, 10 Barrier Isolators, 8 Class III Glove Box, 12 Facility (2029 LSD) HEPA filters, 6 CAC HEPA filters, 12 ASEC HEPA filters, 15 Facility (SPD) HEPA filters, 16 Facility (LSD) building 2028 HEPA filters, 36 Facility (LSD 2029 annex) HEPA filters, and 16 WSLAT HEPA filters (building 2028) Should any repair be required, over and above the maintenance procedures, the contractor shall provide an assessment detailing the repair and cost. The assessment shall be provided to the COR to review for necessity and pricing reasonableness. Should the government require the work done on the assessment, a written notice to proceed will be provided by a warranted contracting officer.

Please see attachment for further instructions on I-XIII.
I. The Contractor shall maintain and certify Class IIA biosafety Cabinet (LSTF). Engineering Controls Certification IAW 385-69.
Deliverables: Test Report with the certification Pass/Fail reported. The test report shall be delivered via email to the COR no later than 1 week following service. Certification sticker which is a Visual indicator attached to the certified equipment indicating the identity of the equipment, date of certification, and the technician's signature.
II. The Contractor shall Maintain and certify Class IIB Biosafety cabinets (LSTF) Engineering Controls Certification IAW 385-69.
III.The contractor shall maintain and certify Class IIA/B3 Biosafety cabinet (LSTF). Engineering controls certification IAW 385-69.
IV. The glove box will be maintained at a pressure of at least 0.25 inches water gauge less than its
surroundings when all openings are closed, and at least 100 feet per minute (fpm) inward air velocity when the largest operating opening is open. A manometer or magnehelic gauge will indicate the pressure differential. Indicator devices will display a loss of pressure below 0.25 inches water gauge.
V. The contractor shall maintain and certify Clean Bench (LSTF) IAW latest edition BMBL and NSF/ANSI 49. Horizontal Laminar Flow quote mark Clean Bench quote mark . Horizontal laminar flow quote mark clean benches quote mark are not BSCs. These pieces of equipment discharge HEPA-filtered air from the back of the cabinet across the work surface and toward the user. These devices only provide product protection. They can be used for certain clean activities, such as the dust-free assembly of sterile equipment or electronic devices.
    
VI. Maintenance & Certify Barrier Isolators
VII. The contractor shall maintain and certify Class III Biosafety cabinet (SPD).
VIII. The contractor shall maintain, replace and certify the Facility HEPA filters (SPD). IAW latest edition BMBL (Biosafety in Microbiological and Biomedical Laboratories) NSF/ANSI 49.
IX. The contractor shall maintain, replace and certify the facility HEPA banks (Building 2028), HEPA Bank (2029 annex), IAW latest edition BMBL(Biosafety in Microbiological and Biomedical Laboratories) NSF/ANSI 49.
X. The contractor shall maintain and certify the WSLAT Chamber HEPA filters IAW latest edition BMBL (Biosafety in Microbiological and Biomedical Laboratories) NSF/ANSI 49
XI. Unscheduled Assessment:
XII. Repair Parts and Labor
XIII.     Personnel Reporting CRMA
Other pertinent information please read: A determination on the contract type, mechanism for procurement, 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 811219. 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 Governments 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. 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 proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CH-DP (Patricia Natividad, 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. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals 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 MST (local prevailing time at U.S. Army Dugway Proving Ground, Utah),February 10, 2015 via email (patricia.s.natividad.civ@mail.mil), The point of contact concerning this sources sought action is Ms Patricia Natividad, Contract Specialist at email patricia.s.natividad.civ@mail.mil.

         


Patricia S Natividad, 435-831-3429

MICC - Dugway Proving Ground

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP