MODIFICATION
66 -- CUSTOM DESIGNED AND BUILT CLASS III GLOVE BOX
- Notice Date
- 12/26/2002
- Notice Type
- Modification
- Contracting Office
- ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- DABJ19-03-T-0011
- Response Due
- 1/7/2003
- Archive Date
- 3/8/2003
- Point of Contact
- ERIC VOKT, 435-831-2107
- E-Mail Address
-
Email your questions to ACA, Dugway Proving Ground
(vokte@dpg.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The U.S. Army Contracting Agency Dugway Proving Ground is soliciting for the design, manufacture, and deliver of a Bio-Level Class III custom built stainless steel glove box and sample box. Offerors shall have demonstrated experience in Bio-Level Class III glove box design and manufacturing. The government anticipates a firm fixed-price contract. The following are the specifications for the glove box: 1) The glove box is a stand alone system. The sample box within the glove box will contain a burn chamber that weighs approximately 1200 pounds. The chamber will generate heat (800 degrees celsius) and chlorine gases. The glove box shall be a 12 gauge (.109) type 316 stainless steel welded design, reinforced in areas bearing weight loads; 2) Dimensions for the glove box shall be 6 ft. wide x 10 feet long x 7 feet high. The 7 ft. height is the height of the glove box chamber; 3)Nuclear, Biological, Chemical (NBC) filtraton shall be included; 4) Constructed in three sections (including the floor of the glove box) to be bolted together inside the containment suite. The physical size restriction or piece size that can be moved into the building is 3.5 feet x 6 feet x 7 feet. Radiuses are required in the corners; 5) Reinforced floor, kinked to allow for drainage . Floor drains do not need grates and catch basins. Floor drains shall have isolation valves supplied; 6) 15 glove ports with insulated covers. The glove box ports shall be welded into the glove box shell (drawings showing the locations of the glove por ts are available upon request); 7) 1/2-inch lexan viewing windows (drawings showing the locations and approximate size of the windows are available upon request); 8) 12x12x12 air lock with purge. Air lock is on the outside of the glove box; 9) Inlet and o utlet HEPA filters (99.99% for a 0.3 micron particle size) with shut off valves; 10) Digital pressure gauge and alarm; 11) Flourescent lighting. Lights are external set on top of a window in the glove box with one external switch; 12) Six sealed electrica l outlets on the inside of the glove box; 13) Motor blower with HEPA and carbon filters (bag-in, bag-out). HEPA filter on both the inlet and outlet. Carbon filter is only on required on the exhaust; 14) 1-inch valve (open-close) to hook up decon system t o sampling box; 15) The floor of the glove box shall carry 1,500 lbs; and 16) It shall be a negative pressure system. Pressure drops and airflows in the glove box shall meet Bio-Level Class III requirements; 17) All power wiring is run to an external junct ion box on the face of the glove box; 18) Field run piping for drain and collection to completed by others; 19) Round doors are not acceptable on the air lock; 20) Baffles internal to the glovebox are not used for chamber separation; 21) Concentration fo t he chlorine in the gas flow is unknown at this time; 22) The filtration system is not a closed loop system; and 23) No information is available to address the ergonomic aspects fo the glove box. The following are the specifications for the sample box: 1) the sample box shall be designed to go inside the glove box as specified above; 2) the dimensions shall be 4.5 ft. wide by 5 ft. long by 6 ft. high; 3) the box shall be constructed in two sections (to fit thru the door); 4) the box shall contain a stainles s steel lift off access door; 5) the box shall have eight (8) each 1/8-inch to 1/4-inch stainless steel penetrating tubes for sampling ports. The offeror shall also be responsible for the installation and leak detection of both the glove box and sample box systems. Drawings of the glove box and sample box are available to potential offerors upon request. The company will be required to supply engineering details for acceptance by the government prior to the issuance of the final engineering details and manu facturing of the glove box. After detail acceptance, the contractor shall manufacture the Class III glove box and sample box per the accepted details and delive r after manufacture, F.O.B. Destination, to the Accountable Property Officer; Building 5464; Dugway, Utah 84022-5000. Delivery for the Class III glove box will be on or before March 4, 2003. Solicitation is DABJ19-03-T-0011 and will be available on or abou t 12 December 2002 at the Army's Single Face to Industry web site (http://acquisition.army.mil) or the U.S. ACA, Dugway Proving Ground web site (https://www.dugway.army.mil/10-3_ContractingDivision.htm). Note FAR Clause 52 .232-18: Availability of Funds (A pr 1984) - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made . No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contra cting Officer. Responses must be submitted not later than 1:00 PM MST, 7 January 2003. In the event the Army Single Face to Industry web site, http://acquisition.army.mil is not accessible, responses may be faxed at this number (435) 831-2085. The point of contract concerning this solici tation is Mr. Eric S. Vokt, Contract Specialist at (435) 831-2107, or email vokte@dugway.army.mil.
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Country: US
- Zip Code: 84022-5000
- Record
- SN00230690-W 20021228/021226213246 (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 |