SOLICITATION NOTICE
99 -- Ambient Air Sampler
- Notice Date
- 8/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- DAAD13-03-R-0999
- Response Due
- 9/30/2003
- Archive Date
- 11/29/2003
- Point of Contact
- Sherry Compton, 410-436-8565
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch
(sherry.compton@sbccom.apgea.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Government anticipates an award on a sole source basis to ACS Defense Incorporated,located in Burlington,MA 01803 . The Government intends to utilize an Indefinite Delivery/Indefinite Quantity (ID/IQ)type contract for a period of three years on a firm- fixed-price basis for Dry Filter Units, models 1000, 2000, and executive model. See Numbered Note 22. The Contract Specialist for this effort is Mr. Stephen Skolnik at (410) 436-3955 or stephen.skolnik@apgea.army.mil. PERFORMANCE SPECIFICATION AMBIENT AIR SAMPLER The Department of the Defense has a requirement for commercial ambient air samplers that are high flow at high backpressures. This sampler will be used to collect and concentrate biological particulates from ambient air for presumptive, confirmatory and d efinitive identification of biological warfare (BW) agents. This sampler will be used under conditions ranging from protected office space to harsh exterior environmental conditions and rough handling. The primary use of the product will be for military applications. The government anticipates requiring approximately 1,500 Ambient Air Samplers for the first contract year and approximately 1000 for the final year of the contract. The government also anticipates a single award, fixed price, indefinite delivery/indefinit e quantity contract, with a minimum procurement quantity of 75 Ambient Air Samplers. Evaluation Criteria: The evaluation criteria will include Technical, Past Performance, and Price. Relative order of weight is Technical, Price, and Past Performance. This contract will be awarded based on best value. Performance Requirements: 1. The Ambient Air Sampler shall have the following flow rates and particle collection characteristics: Minimum flow through two filters 900-1000 liters per minute (lpm), and 600-800 lpm through one filter Two filter sampling platform through 1 7/8 inches diameter polyester felt filters Filter efficiency of at least 97%, Filter porosity 1-micron particle size 2. The Ambient Air Sampler must continuously collect samples for 8 hours before replacing the collection filter(s). 3. The Ambient Air Sampler must have a sample retention efficiency of 70% over an 8-hour sampling period. 4. The unit must be rated for continuous duty with a 35,000 to 40,000 hour life. 5. The Ambient Air Sampler shall be capable of operating in interior locations as well as in harsh, exterior combat environments, to include aboard ships. Any exterior variant must use the basic components of the primary unit offered and be resistant to extreme external conditions such as wind, rain, snow, corrosion, sand and dust. The successful product must prevent debris greater than 100 microns from restricting filter airflow, to include naturally occurring environmental contaminants and any battlef ield interferents. The Ambient Air Sampler shall operate and deploy without degradation under all climatic conditions according to MIL-STD 810 F to include: - operating temperatures of -28????C to 60????C. - storage temperature of -39????C to 62????C. - altitudes of 8000 ft. above sea level - solar radiation - 5% to 95% relative humidity. 6. The exterior Ambient Air Sampler must be able to be secured, preventing any unauthorized movement or entry into the unit. Additionally, the filters or samples collected by the sampler will be protected from removal, tampering, or access by unauthorize d personnel. 7. The Ambient Air Sampler must be man portable, with the interior version possessing a maximum weight of 42 and the exterior version possessing a maximum weight of 84 lbs. Both versions shall be capable of being operated and maintained by the 5th and 95 th percentile warfighter. 8. The Ambient Air Sampler will be capable of operating in varying power configurations. At a minimum, the sampler must possess the ability to function at 120/240 V, 50/60 Hz commercial or generator power, and operate at 24 V DC batter y power (for vehicular operations). Power at startup must be 17 amps or less, and 6 amps or less during continuous operation. 9. The Ambient Air Sampler must be mission capable within 10 minutes. 10. Operating noise levels must be less than 60 dB at 2 feet. 11. The company must have manufactured and sold the same or similar units of the offered product within the past 12 months. 12. The Ambient Air Sampler shall be safe for transport, storage, assembly, operation, and disposal throughout its life cycle. 13. The Ambient Air Sampler must require minimal servicing or maintenance. Warranty of the primary system is desirable. Additionally, the sampler should require minimal training on its operation or maintenance. The appropriate technical manuals and sys tem training packages must accompany the system(s). 14. Upon notice, at a minimum the manufacturer must be able to produce 20 systems within two weeks. Furthermore, the manufacturer must provide a minimum surge capability of at least 300 systems per month within a one-month lead-time.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Edgewood Branch ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Country: US
- Zip Code: 21010-5424
- Record
- SN00407586-W 20030822/030820213932 (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 |