Three-Port (3-Port) Glove Box
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 333242 3. Subject: One (1) Three-Port (3-Port) Glove Box 4. Solicitation Number: W911QX-19-Q-0037 5. Set-Aside Code: N... COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 333242 3. Subject: One (1) Three-Port (3-Port) Glove Box 4. Solicitation Number: W911QX-19-Q-0037 5. Set-Aside Code: N/A 6. Response Date: 5 days after posting due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 7. Place of Delivery/Performance: US Army Research Lab Shipping and Receiving ATTN: (PR0011252902) 6375 Johnson Road, Bldg 321 Aberdeen Proving Ground, MD 21005 USA 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i) "Only One Responsible Source". The name of the company the Government intends to award a contract to is: Inert Corporation, One Industrial Way, Amesbury, MA 01913, USA. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-19-Q-0037. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, Effective 20 Dec 2018. (iv) The associated NAICS code is 333242. The small business size standard is 1,500 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Quantity One (1) Three-Port (3-Port) Glove Box (vi) Description of requirements: Glove Box Characteristics and Dimensions • The glove box part number 930073, shall be made of US Type: 304 stainless steel construction for corrosion resistance with stand and operate under 100-120 volts AC. • Glove box shall have a minimum internal dimension of 1.7 cubic meters. • Glove Box shall be able to operate at both positive and negative pressures. • Glove Box shall contain stainless steel shelves with lip on front, be at least ten (10) inches deep and shall be easily adjustable while the system running. • Glove Box stand shall come with a one (1) piece locking caster/ leveling system so that the box can be easily moved after the initial installation. • Glove box shall have three powder coated stainless steel (3) oval glove ports. Atmosphere Monitoring System • Glove box shall have a system to analyze the oxygen (part number 960038) and moisture capable of measuring over a range of 0-1000 parts-per-million (ppm). • The analyzer shall be easily calibrated by customer without needing to be sent back to manufacturer for service. Gas Purification System • The glove box shall have a gas purification system (part number 940043) for the removal of oxygen/moisture. • The catalyst is able to be regenerated "in house" through the use of a reforming gas. • This system shall be capable of achieving less than 1ppm impurity levels. • The gas Purification System shall be able to function using Nitrogen, Argon, and Helium gases. • The blower speed for the gas purification system shall be a 0-120 Cubic Feet per Minute (CFM) continuously adjustable from outside the glove box. • The gas purification system shall be capable of adsorbing a minimum of twenty (20) liters of oxygen, and 1.6 kilograms (kg) of moisture before regeneration is required. • Baden Aniline and Soda Factory (BASF) copper catalyst shall be used in the Gas Purification System. Antechamber Characteristics • The glove box shall have two (2) antechambers of different sizes mounted on the left side • The Fifteen (15) inch antechamber shall have a gas piston to raise and lower door safely. Door shall have spring loaded handle to prevent from breaking while chamber is under vacuum. • The six (6) inch antechamber shall have a hinged outer door to prevent from being dropped and potentially damaging seal. A stainless steel sliding tray is required. Glove Box Control Systems • The glove box atmosphere and antechamber shall be controlled by a dual micro-processer to: (1) control glove box functions and (2) control the display and settings. • Glove box controller shall allow for automatic pressure, purge, and vacuum chamber control with manual over ride. • The glove box controller shall have a vacuum timer function to allow the system to turn off the vacuum pump after a preset time; and to turn it on whenever a glove box function requires vacuum. • The glove box controller shall include diagnostics and a self-test on start up. • The glove box controller shall allow the user to select and change regeneration parameters such as heating, purging, evacuation, and cooling times. • The glove box controller shall have a function for automated control of the blower speed. This function shall be capable of being enabled or disabled. • The vacuum chamber controls shall allow pre-set pump down and re-fill times on the large vacuum chamber with an alarm to signal completion. • The glove box shall have an automatic purge valve that works in conjunction with the oxygen analyzer to begin purging the glove box when an oxygen set-point is reached. Solvent Removal System • The three-port (3-Port) Glove Box shall have an activated carbon based solvent removal system. A minimum of five (5) kg carbon reagent capacity is required to ensure steady operation with minimum maintenance. • The solvent removal system shall have an isolation valve, evacuation capabilities, and a vacuum gauge to allow for changing the solvent removal reagent without contaminating the glove box atmosphere. Additional Requirements • The glove box shall include all accessories necessary to operate the glove box system: Rotary Vane Mechanical Vacuum Pump, internal light assembly, shelving, Swagelok bulk head and KF type flange feed through fittings, two sets of internal power strips, and an extra set of gloves for glove ports. • A Mettler Toledo MS304TS balance with 320 gram capacity 0.0001 gram readability, 0.0001 gram repeatability shall be supplied with the glove box. • A fisher Scientific Ceramic Stirring hot-plate, model number SP888572901 with temperatures up to 450 degrees Celsius and a 100-120 50/60 Hz power requirement shall also be included. • The glove box purchase shall include costs for shipping, installation, and at least one day of training. (vii) Delivery is required by 16 weeks after contract award. Delivery shall be made to US Army Research Lab, Shipping and Receiving, ATTN: (PR0011252902), 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005 USA. Acceptance shall be performed at US Army Research Lab, Shipping and Receiving, 6375 Johnson Road, Bldg 321, Aberdeen Proving Ground, MD 21005 USA. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. N/A. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-36, Payment by Third Party 52.232-40,PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7015, Disclosure of Information to Litigation Support Contractors (MAY 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, Buy American-Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.247-7023, Transportation of Supplies by Sea 252.244-7000, Subcontracts for Commercial Items (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): DFARS: 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) LOCAL INSTRUCTIONS: ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE PAYMENT INSTRUCTIONS RECEIVING ROOM - APG EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on Five (5) Business days from posting, by 0900 hours, via email to Alberta Stadtler, Contract Specialist, at alberta.r.stadtler.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Alberta Stadtler, 301-394-1080, alberta.r.stadtler.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »