SOLICITATION NOTICE
A -- BSL-3 Glovebox
- Notice Date
- 6/20/2011
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Dugway Proving Ground, Bldg 5330 Valdez Circle, Dugway, Utah, 84022-5000, United States
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-11-XXX2
- Archive Date
- 8/4/2011
- Point of Contact
- Eric S. Vokt, Phone: 435-831-2107
- E-Mail Address
-
eric.s.vokt.civ@mail.mil
(eric.s.vokt.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Mission & Installation Contracting Command - Dugway Proving Ground is conducting market research to determine the interest and capabilities of businesses to design and manufacture a large Biological Safety Level (BSL)-3 glovebox. The basis requirements of the glovebox are as follows: (a) Dimensions shall be 13 ft (l) x 10 ft (w) by 10 ft (h); (b) Shall provide adequate gloveports and/or half-suits to provide access to interior IAW human factors concerns; (c) Must have self-contained, self-powered filtration system capable of removing 99.97% of BSL-3 particles; (d) Air handling system must be capable of maintaining ∆P module interior vs. surroundings of 0.5 in H2O; (e) Interior surfaces must, as much as possible, be constructed from materials that can be decontaminated with a COTS vaporized hydrogen peroxide system; (f) Must feature one pass-through port for biological samples; (g) Must feature door (approximate dimensions: 6 ft (h) by 3 ft (w)) to provide access to the interior after confirmed decontamination to perform repairs or maintenance on test fixtures and to remove items from within the glovebox; (h) Must allow for monitoring of environmental conditions (temperature, relative humidity, and pressure); (i) Must allow for control of environmental conditions temperature (± 2˚ C), relative humidity (± 3%), and pressure (±.1 in H2O); (j) Glovebox must be able to couple with a laser transmission system via fiber optic coupling or window with air curtain. The ultimate design should be sufficient to proceed to final design and fabrication within two years. Design considerations for the glovebox include, but are not limited to, engineering controls to maintain biological containment, ventilation for safety and decontamination purposes, adherence to Army surety requirements for operation, personnel protection, containment, adherence to Army safety and security requirements, decontamination considerations, and electrical power and other utility requirements within the context of a BSL-3 facility. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 54172 Other Research and Development in Physical Engineering and Life Sciences with a standard size of 500 employees. Interested sources are also encouraged to submit a capabilities statement and other literature demonstrating successful performance of similar relevant projects in response to this Request for Information (RFI). Interested sources should also indicate their CAGE Code and business size as it relates to the specified NAICS code. Any submission of such literature or capabilities statement 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 Proposals. No basis for claim against the Government shall arise as a result of a response to this RFI or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Companies / individuals interested in responding are invited to submit their information via email to Mr. Eric S. Vokt at eric.s.vokt@us.army.mil. Please send responses by no later than 5:00 PM (Mountain) on 15 JUL 2011. PLEASE REFERENCE 'BSL-3 GLOVEBOX CAPABILITY STATEMENT' IN THE SUBJECT LINE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8df76de06708b23689f4c1d8eaa2f208)
- Place of Performance
- Address: Dugway Proving Ground, Utah, 84074, United States
- Zip Code: 84074
- Zip Code: 84074
- Record
- SN02477182-W 20110622/110620234755-8df76de06708b23689f4c1d8eaa2f208 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |