The RFP Database
New business relationships start here

DECONTAMINATION OF BIOSAFETY LEVEL 3


Armed Forces America, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Decontamination service of the Biosafety Level 3 laboratory and its annex areas, including a total size of 113.31m2. Decontamination is the use of physical or chemical processes to remove, inactivate, or destroy living organisms to some lower level, appropriately to consider the procedure has reached it 100%. Therefore, provides a pathogen-free environment within the worked area. Vapors and gases, when used in closed systems and under controlled conditions of temperature and humidity, provide excellent disinfection. Therefore, we are requiring vapor or gas phases of chlorine dioxide, glutaraldehyde, paraformaldehyde, ethylene oxide, per-acetic acid, and/or hydrogen peroxide. This decontamination service shall include: - All necessary consumables required to perform the decontamination service. - All to-be used-chemicals should be registered within the Environmental Protection Agency (EPA), State or Local environmental ministries. - Biological indicators of Geobacillus tearothermophilus spores and chemical indicators are required to be use in order to confirm the efficacy of the decontamination service.- Decontamination using an appropriate chemical disinfectant may be used on environmental surfaces taking samples from the anteroom, floors, walls, ceilings, doors, plumbing, sinks, autoclave, associated air-handling systems and laboratory furniture and caseworks to proceed with incubation. - A 24 hour confirmation report and 7 day final report and certificate is submitted after the process is completed, which details the entire process and confirms deactivation of the biological indicators. - In the case of a positive indicator, it is required for the contractor company to revisit the decontaminated area, in order to complete deactivation of all existing organisms. Our facility is a medical research center with different BSL-2 and BSL-3 microbiology laboratories. We are requiring the decontamination process for our BSL-3 as is needed to certify that it is a non-pathogIf capable sources are not identified through this notice, then NAMRU 6 intends to award a sole source contract under the authority of FAR 13.106-1(b)(i) to Bioquell Inc., for the requirements of NAMRU-6.
This pre-solicitation is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response.A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.
Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract.
Capability statements are due by 17:00 PM Local Time, March 19th, 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address:
ana.c.salinas.fn@mail.mil


Ana C. Salinas, Purchasing Agent, Phone 5116144103, Fax 5116144175, Email ana.c.salinas.fn@mail.mil - Javier B. Gil, Procurement Supervisor, Phone 115116144152, Fax 5116144175, Email javier.b.gil.fn@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP