Fume Hood & Cabinet
ID: 61320626Q003Type: Combined Synopsis/Solicitation
Overview

Buyer

CONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONBETHESDA, MD, 20814, USA

NAICS

Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing (333413)

PSC

QUALITY CONTROL- INSTRUMENTS AND LABORATORY EQUIPMENT (H166)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Consumer Product Safety Commission (CPSC) is seeking quotations for a fire-resistant laboratory fume hood and associated components for its National Product Testing and Evaluation Center (NPTEC). The procurement includes a six-foot-wide fume hood with specific features such as unpainted stainless steel interior surfaces, a stainless-steel frame with tempered safety glass, two GFCI-protected electrical outlets, and one compressed air service fixture, along with two 36-inch powder-coated stainless steel general storage cabinets. This equipment is crucial for safely testing consumer products that may pose fire hazards, particularly those powered by lithium-ion batteries. Quotes must be submitted via email to Felecia Pritchett at fpritchett@cpsc.gov by December 29, 2025, at 10:00 AM ET, and must remain valid until January 28, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The Consumer Product Safety Commission (CPSC) is issuing a Request for Quotation (RFQ) for a fire-resistant laboratory fume hood and related components for its National Product Testing and Evaluation Center (NPTEC). This acquisition, solicitation number 61320626Q0003, is unrestricted and will be awarded based on the lowest-priced, technically acceptable offer. The required fume hood must be six feet wide with unpainted stainless steel interior surfaces, a stainless-steel frame with tempered safety glass, two GFCI-protected electrical outlets, and one compressed air service fixture. Two 36-inch powder-coated stainless steel general storage cabinets are also required as a base. Installation and a blower are not needed. Deliveries must be made to the CPSC NPTEC loading dock in Rockville, MD, between 9:00 AM and 3:00 PM. Invoices must be submitted electronically via the Invoice Processing Platform (IPP) at www.ipp.gov. Quotes are due by December 29, 2025, at 10:00 AM ET and must remain valid until January 28, 2026. The document also includes various FAR clauses covering topics such as whistleblower rights, confidentiality agreements, System for Award Management (SAM) maintenance, subcontracting with debarred entities, equal opportunity for workers with disabilities, combating trafficking in persons, sustainable products, and policies to ban text messaging while driving.
    This government file is a part listing for laboratory equipment, likely associated with a federal or state/local RFP or grant. It details two specific items: a stainless steel fume hood (part number 120600000C007E) and a standard base cabinet (part number 9900100). The fume hood is listed with a quantity of one, while the base cabinet is specified with a quantity of two. The base cabinet is further described as a Labconco Protector Standard Storage Cabinet, 36 inches wide, with two manual-close doors, weighing 180 lbs. It is designed for storage and venting of small laboratory instruments and mild acids and reagents, with a height range of 35.5 to 36.75 inches (90.17 to 93.34 cm). This listing provides essential details for procurement, ensuring the correct items are ordered for a laboratory setting.
    Lifecycle
    Title
    Type
    Fume Hood & Cabinet
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Chemical Fume Hoods Preventive Maintenance
    Dept Of Defense
    The Department of Defense, through the Army's W40M MRCO EUROPE office, is soliciting proposals for preventive maintenance of chemical fume hoods and related equipment at the Landstuhl Regional Medical Center in Germany. The contract requires comprehensive services, including maintenance and certification verification for various models of biological safety cabinets and laboratory hoods, ensuring equipment functionality and compliance with safety regulations. This procurement is critical for maintaining operational safety and efficiency in medical and laboratory environments. Interested Women-Owned Small Businesses must submit their offers by January 6, 2026, and can direct inquiries to Demetria Figueroa at demetria.d.figueroa.civ@health.mil or Hyun Townsley at hyun.j.townsley.civ@health.mil.
    H166--Fume Hood Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fume Hood Services for the Central Texas Veterans Health Care System, encompassing facilities in Temple, Waco, and Austin, Texas. The procurement aims to establish a contract for a base year plus four option years, requiring the contractor to furnish all necessary supplies, tools, labor, and travel for the annual or semi-annual adjustments and certifications of fume hoods, ensuring compliance with CAP, CNBT, and NSF/ANSI 49 standards. This service is critical for maintaining safe laboratory environments and ensuring the operational integrity of fume hoods used in healthcare settings. Interested parties, particularly service-disabled veteran-owned, veteran-owned, small, HUBZone, or large businesses under NAICS code 541380, are encouraged to respond to this Sources Sought Notice for market research purposes. For further inquiries, contact Maria Orosco-Hofmann at maria.hofmann@va.gov or (210) 694-6375.
    Vacuum Muffle Furnace
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking proposals for a Vacuum Muffle Furnace as part of a Combined Synopsis/Solicitation. The procurement requires a furnace that meets specific technical specifications, including a power requirement of 208V or 220V, an interior capacity for a 12-inch cube assembly, and the ability to reach temperatures of 1200 degrees Celsius or higher, while also supporting inert gas and vacuum operations. This equipment is crucial for microfluidics board development within laboratory settings. Proposals are due by 12:00 PM Eastern on December 19, 2025, with questions accepted until December 15, 2025. Interested parties should contact Graham W.J. Fisher at graham.w.fisher.civ@us.navy.mil or call 202-923-1344 for further information.
    Oven and Fume Hood
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor to install roof penetrations, roof curbs, vent pipes, and electrical power for ovens and fume hoods in Building B330C, Room 305, as part of the Oven & Fume Hood Exhaust project. The procurement involves comprehensive services including design, material supply, labor, transportation, and supervision, with a focus on ensuring compliance with federal regulations and safety standards. This project is critical for maintaining operational efficiency and safety in the facility's kitchen and laboratory environments. Interested vendors must submit their capability statements by December 19, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Kelli Covert at kelli.d.covert.civ@us.navy.mil or by phone at 812-854-0000.
    RFQ_19NP4026Q0002_PMSC for Kitchen Hood, Fire Suppression System & Exhaust Ducts
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Kathmandu, is seeking proposals for the procurement of a Kitchen Hood, Fire Suppression System, and Exhaust Ducts. This opportunity falls under the NAICS code 561790, which pertains to Other Services to Buildings and Dwellings, and is crucial for ensuring fire safety and compliance within the embassy's facilities. The previous contract for these services, valued at $19,527.07, expired in September 2025, and there is currently no incumbent contractor. Interested vendors can submit proposals without a mandatory site visit, although arrangements for a visit can be made if necessary, with personnel details required by December 18, 2025. For further inquiries, potential bidders may contact Vineet Chaudhary at chaudharyv@state.gov or William J Miskelly at MISKELLYWJ@state.gov.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Terminal, Ventilation Duct
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    UHV SMARPOD with Components or its Equivalent
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes from certified small businesses for the procurement of a UHV SMARPOD with components or its equivalent, under a total small business set-aside. The procurement requires an all-inclusive firm fixed price that encompasses all costs, including freight, tariffs, and handling fees, to be delivered to BNL in Upton, New York. This equipment is critical for advanced scientific research and experimentation, necessitating compliance with specific quality assurance and regulatory standards as outlined in the associated purchase order and terms and conditions documents. Interested vendors must submit their quotes, including necessary documentation and pricing information, to Beth Gilman at gilman@bnl.gov by the specified deadline, ensuring their pricing remains valid for 60 days.
    Intent to Sole Source ARMAG Relocation
    Consumer Product Safety Commission
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with ARMAG Corp. for the relocation of two double wide ARMAGs from the Blossom Point Research Facility in Welcome, MD, to the Summit Point Training Facility in Summit Point, WV. The procurement is necessary as ARMAG Corp. is the sole manufacturer qualified to disassemble and reassemble the explosion-proof magazines while ensuring compliance with ATF regulations. Interested parties may submit capability statements to demonstrate their ability to meet this requirement, with responses due by 12 PM Eastern Time on January 7, 2026. For further inquiries, contact Derrick Braswell at dbraswell@cpsc.gov or Cassandra Sterba at csterba@cpsc.gov.