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 seeking proposals 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 is set as a Total Small Business Set-Aside, and the fume hood must meet specific safety and operational standards, including compliance with OSHA regulations and the ability to handle hazardous materials effectively. Interested vendors are required to submit their quotes electronically by the specified deadlines in March 2025, and must ensure registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Jason Hankins at jason.hankins@us.af.mil or Martel Angelo M. Surop at martelangelo.surop@us.af.mil.

    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.
    The government document outlines the requirements for procuring a Low Observable (LO) fume hood for a hazardous materials (HAZMAT) room. The primary objective is to obtain a fume hood that is 4 feet wide, with a depth and height of 48 inches for adequate workspace while ensuring safety. The fume hood must meet specific containment recommendations to handle toxic materials, comply with OSHA "low flow" standards, and feature designs that reduce turbulence and chemical concentration. Key requirements include a 12-inch exhaust duct connection, electrical service specifications, a bypass airflow design that allows for full containment, and a dual baffle system for optimized airflow control. Additional features should include energy-efficient LED lighting and easy transport capability. Delivery is expected within 180 days post-award. This document serves as a formal request for proposal (RFP), detailing the functional and safety specifications required for the fume hood to meet federal and local government standards in handling hazardous substances. It emphasizes a commitment to safety and operational efficiency in environments dealing with hazardous materials.
    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
    Ductless Fume Hood
    Buyer not available
    The Department of Energy, through the Hanford Laboratory Management and Integration LLC (HLMI), is seeking interested parties to provide a Ductless Fume Hood for the 222-S Laboratory at the Hanford Site in Washington. This request serves as a means of market research to identify potential suppliers capable of delivering this essential laboratory equipment, which is critical for ensuring safe and efficient laboratory operations. Interested vendors are encouraged to reach out to Vickie Alexander at victoriaaalexander@rl.gov or by phone at 509-373-4990 for further information. There are no set-aside restrictions for this opportunity, and it falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    USAFADS Smoke Oil
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of smoke oil for the United States Air Force Air Demonstration Squadron (USAFADS), also known as the Thunderbirds. The requirement includes 460 55-gallon drums of brand-name smoke oil, which must adhere to specific technical standards to prevent aircraft contamination, with delivery locations including Truth or Consequences, NM, Edwards AFB, CA, and Nellis AFB, NV. This procurement is critical for supporting training and airshow operations for the F-16 C/D model aircraft, with quotes due by December 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, vendors can contact SrA Carlos Burnes at carlos.burnes@us.af.mil.
    Avion-50 Rubber Removal Chemical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of 14 Avion 50 Nexgen rubber removal chemical totes, each with a capacity of 275 gallons, to be delivered to Altus Air Force Base in Oklahoma. The primary objective is to acquire these chemicals by December 19, 2025, with an alternate delivery date of December 31, 2025, and the procurement is set aside exclusively for small businesses under the SBA guidelines. The rubber removal chemical is crucial for maintaining airfield operations and ensuring safety standards. Interested vendors must submit their quotes electronically by December 8, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential offerors can contact 2nd Lt Jacob Funderburg at jacob.funderburg.1@us.af.mil or TSgt Kevin Pillow at kevin.pillow@us.af.mil.
    25--HOOD,ENGINE COMPART
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 118 units of NSN 2510013277717, specifically the HOOD, ENGINE COMPART. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated eight orders per year. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting their importance in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Bulkhead Assembly, C-130
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.