Labconco Fume Hood
ID: FA469025Q0014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of a Labconco brand fume hood assembly, which is essential for the B-21 Low Observable Maintenance at Ellsworth Air Force Base in South Dakota. The procurement aims to acquire a fume hood that meets specific technical requirements, including superior containment of toxic substances and compliance with OSHA standards, to ensure safety in laboratory environments. This equipment is critical for maintaining low observable conditions and facilitating safe handling of hazardous materials during maintenance operations. Interested vendors must submit their quotes electronically by the specified deadlines in March 2025, and they can reach out to Jason Hankins or Martel Angelo M. Surop for further inquiries regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) regarding the procurement of a laboratory fume hood and associated equipment. It specifies the required items in a structured format, detailing the quantities and part numbers needed for procurement. The list includes a Labconco brand 4' Protector XStream Laboratory Hood, a standard base cabinet, a filler panel, and a SpillStopper work surface. Each item's quantity is clearly noted as one each (1 EA). This equipment is essential for maintaining low observable conditions within laboratory environments, underscoring a focus on safety and compliance with laboratory standards. Overall, the document serves as a concise guide for potential bidders to understand the specific equipment needs outlined by the requesting agency.
    The document outlines the specifications for a Low Observable Maintenance (LO) Fume Hood designated for a Hazardous Material (HAZMAT) storage room. The primary goal is to procure a fume hood, no wider than four feet, with an interior work depth and height of 48 inches, optimized for mixing paint kits and de-gassing processes. Key requirements include superior containment of toxic substances, compliance with OSHA low flow velocity standards, and efficient exhaust duct designs to minimize static pressure loss. The fume hood must operate at specific electrical requirements with ADA-compliant controls and feature an advanced airflow system to ensure safety during use. Lighting should be energy-efficient LED, and the design must facilitate ease of installation and maintenance. Overall, the document serves as a formal request for proposals (RFP), delineating technical specifications for manufacturers while highlighting the importance of safety, containment efficiency, and operational convenience within hazardous work environments.
    This Response for Quote (RFQ) outlines the submission requirements for vendors interested in providing commercial products and services under Simplified Acquisition Procedures per FAR 13. Vendors must register in the System for Award Management (SAM) and submit quotes electronically by the specified deadline, ensuring they follow guidelines for competitive pricing. Key elements of each quote include the company’s Unique Entity Identifier (UEI) or CAGE code, proposed delivery dates, discount terms, and specific shipping conditions. Evaluation criteria prioritize price and technical capability, with the lowest three quotes undergoing technical review against specified equipment requirements. Award procedures clarify the binding nature of acceptance, and contractors must adhere to a multitude of Federal Acquisition Regulation (FAR) clauses regarding compliance, ethics, and certifications. Additionally, health and safety standards on government installations are emphasized, alongside the process for obtaining necessary access passes for contractor personnel. This RFQ serves as a structured solicitation aimed at acquiring competitive bids for specified equipment, reinforcing compliance and ethical standards within federal procurement practices.
    This government file outlines a combined synopsis and solicitation for a commercial item, specifically a Labconco brand fume hood assembly needed for the B-21 Low Observable Maintenance at Ellsworth Air Force Base, South Dakota. The solicitation number is FA469025Q0014, and it is issued in accordance with FAR Parts 12 and 13, with a total small business set-aside. The North American Industry Classification System (NAICS) code is 339999, with a small business size standard of 550 employees. Interested parties must submit their quotes and any questions via email by specific deadlines in March 2025. The document emphasizes that the government may cancel the solicitation at any time without obligation to reimburse costs incurred by offerors. Contact information for the Contract Specialist and Contracting Officer is provided for further inquiries. The inclusion of attachments such as an equipment list and salient characteristics highlights the detailed specifications required for the fume hood assembly.
    Lifecycle
    Title
    Type
    Labconco Fume Hood
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--Bio/Fume Hood Testing & Certification Source Sought Notice
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide bio/fume hood testing and certification services at the Detroit VA Medical Center. The procurement involves semi-annual and annual testing of various hoods to ensure compliance with ANSI/NFS 49 and ACGIH specifications, which are critical for maintaining safety and operational efficiency in medical environments. The contract will be structured as a firm, fixed-price agreement with one base year and four optional years, requiring contractors to submit their capabilities and relevant certifications by March 3, 2025. Interested parties can contact Contracting Officer Jeannie Ortiz at jeanne.ortiz@va.gov for further information.
    Hood and Duct Cleaning - Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for hood and duct cleaning services at Vandenberg Space Force Base in California. The contract will cover cleaning services for various facilities, including dining areas and community centers, with a performance period from April 1, 2025, to March 31, 2026, and options for four additional years. This initiative is crucial for maintaining safety and health standards within government-operated facilities, ensuring compliance with National Fire Protection Association (NFPA) standards and other regulatory requirements. Interested vendors must submit their proposals by February 24, 2025, and are encouraged to contact Tina Cox at Tina.Cox.4@spaceforce.mil or Kristofer Clark at kristofer.clark@spaceforce.mil for further information.
    42--HOOD ASSEMBLY
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a HOOD ASSEMBLY. This item is typically used for fire, rescue, safety, and environmental protection purposes. The procurement will take place at PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.
    F-16 HOUSING SECTION,FRI
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to supply an F-16 Housing Section, specifically NSN: 3010010712644YP, with the intention of negotiating with a sole source due to the proprietary nature of the technical data owned by Collins Aerospace. The procurement emphasizes strict adherence to quality assurance standards, including the necessity for inspections at the source, compliance with military packaging requirements, and the prohibition of Class I Ozone Depleting Substances. Interested vendors must submit their capability statements or quotations by the specified deadline, with delivery required by February 7, 2025. For further inquiries, potential bidders can contact Brandon Moses at Brandon.moses.1@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new Logistics and Readiness Fuels Flight administrative and laboratory facility at Dyess Air Force Base. This project entails the development of a single-story facility that includes various specialized spaces such as administrative, command, and laboratory areas, along with essential infrastructure like utilities, storm drainage systems, and security features in compliance with Department of Defense standards. The facility is crucial for supporting the operations of the 7th Logistics and Readiness Squadron and will replace the existing fuels administration laboratory facility, which is set for demolition in the following fiscal year. Interested contractors should contact Michael Fenwick at michael.e.fenwick@usace.army.mil or 817-886-1053, or Bijay Gurung at bijay.gurung@usace.army.mil or 817-886-1018 for further details.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    B-21 60 Row Environmental Protection Shelters - North
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is soliciting proposals for the construction of B-21 60 Row Environmental Protection Shelters in the northern region. This procurement aims to provide essential environmental protection structures that are critical for the operational readiness and safety of military aircraft. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is categorized under the PSC code Y1BZ for the construction of other airfield structures. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or call 402-995-2584, or contact Jessica Jackson at jessica.r.jackson@usace.army.mil or 402-995-2052 for further information regarding the solicitation process.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Non-Stock Listed (ND) Multiple Award Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Non-Stock Listed Multiple Award Blanket Purchase Agreement (BPA) related to machined and manufactured supplies at Hill Air Force Base in Utah. The BPA, identified under solicitation FA820625Q0007, aims to procure items such as safety ventilation cylinder valves, with a focus on compliance with the North American Industry Classification System (NAICS) 332710 and adherence to federal procurement standards. This opportunity is crucial for ensuring the availability of necessary supplies for defense operations, with the government planning to award contracts to up to ten qualified small businesses based on their technical capabilities, pricing, and past performance. Interested parties must submit their proposals by April 7, 2025, and can direct inquiries to Arthur Gumushyan at arthur.gumushyan@us.af.mil or by phone at 801-586-8086.
    H165--Pharmacy Hood Certification
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Pharmacy Hood Certification Services at the Fargo VA Medical Center, under solicitation number 36C26325Q0427. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires the contractor to provide certifications, testing, and maintenance of pharmacy equipment and clean rooms to ensure compliance with United States Pharmacopeia (USP) standards over a base year and four option years. The services are critical for maintaining safe medical environments for veterans, involving regular inspections, environmental monitoring, and adherence to strict safety protocols. The total estimated budget for this procurement is approximately $19 million, and interested vendors must contact Becky De Los Santos at Becky.DeLosSantos@va.gov or call 320-255-6480 for further details.