Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOLICITATION NOTICE

42 -- Encapsulating Protective Suits

Notice Date
11/13/2020 2:07:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-21-Q-0002
 
Response Due
11/24/2020 7:00:00 AM
 
Archive Date
12/09/2020
 
Point of Contact
Wanda King, Phone: 3016192376
 
E-Mail Address
wanda.d.king.civ@mail.mil
(wanda.d.king.civ@mail.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS � 1. Issue Date: 13 November 2020����������������������������������������������� 2. Close Date: 24 November 2020 10:00 AM EST 3. Contracting Activity: U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 820 Chandler Street, Fort Detrick, MD 21702 4. Requiring Activity: U.S. Army Research Institute of Infectious Diseases (USAMRIID) 5. Subject: �Encapsulating protective suits brand name or equal to ILC Dover LP Model Number 3530 to be used as personal protective equipment conducting research in the Biosafety Laboratory - 4 (BSL - 4) 6. Solicitation Number: W81XWH-21-Q-0002 7. Description of Requirement: U. S. Army Medical Research Institute of Infectious Diseases (USAMRIID) serves as the Department of Defense�s (DoD) lead laboratory for medical biological defense research. USAMRIID�s core mission is to protect the warfighter from biological threats; however, USAMRIID also investigates disease outbreaks and threats to public health. The research conducted at USAMRIID leads to medical solutions in therapeutics, vaccines, diagnostics, and information, which benefits both military and civilian personnel. The brand name or equal ILC Dover LP �one-piece construction will be durable and totally encapsulating protective suit proven ideal for use in the processing of potent compounds in support of the use in a Biosafety Level - 4 (BSL - 4). The Encapsulating Suits are used for training and educating the force, maintaining biosafety, biosurety, and biosecurity standards and preparing for technological uncertainty.� The uses of Biosafety Level 4 (BSL- 4) Positive Pressure Encapsulating Suits (PPES) are essential to support the mission capabilities and core competencies of the Institute.� Training and educating the force, maintaining biosafety, biosurety and biosecurity standards and preparing for technological uncertainty with the usage of the Pressure Encapsulating Suits (PPES) are essential to support the mission capabilities and core competencies of the Institute.� Research conducted within USAMRIID�s use of the PPES is a Chemturion Suit for BSL-4 suit of armor for hazardous environments. The PPES is a one-piece construction from head-to-toe which increase safety and security while in the BSL- 4 laboratory.� The suits are constructed with rugged 20 mil CloropelTM material for added durability, 3000 visor delivers superior visibility and minimizes worker fatigue, and high volume air flow with multiple exhaust valves supplies added cooling. The front entry leak-proof enclosure, belt loops support the use of the ILC Bio Belt, integral booties with boot flaps, manifold located on right side, wrist rings, detection of biological� and four one-way exhaust valves provide cooling and protection.� For added protection a HEPA filter with vortec air conditioner and requires to perform pressure test after each use. The suits will be of transportability from person to transport readily available with ease with a wright to be of <5lbs.� The warranty of 90 days on defect and workmanship allowing seams to be heat sealed with a 42 inch zipper from bottom to top on left side.� USAMRIID is seeking to fulfil a requirement to provide PPES for researchers that work with Biological Select Agents and Toxins (BSAT) in a BSL- 4 laboratory.� The suits must protect the researchers against any agents that CDC categorized as level 4 agents. The suits must be available in sizes as specified:� Medium - 5 each, Large - 20 each, and X-Large -15 each shall have standardized equipment. In obtaining all sizes is very critical at this point in support of the ongoing research for personnel safety in the BSL-4 Laboratories brand name or equal to the Manufacturer Part No: 3530 with ILC Dover LP, 1 Moonwalker Road, Frederica, DE 19946-2080. 7.1. This is a combined synopsis/solicitation issued as a Request for Quote (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will be not be issued. 7.2. This combined synopsis/solicitation is unrestricted, open market and issued as Request for Quote (RFQ). 7.3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06; effective 5 June 2020. 7.4. This acquisition is open competition. The North American Industry Classification System (NAICS) code is 339113 Surgical and Medical Instrument Manufacturing with a size standard of 750 employees.� 7.5. Contract award shall be made on a competitive best value basis using Lowest Price Technically Acceptable �LPTA� approach. 7.6. The Contract Line Item Numbers (CLINs) numbers and items, quantities units of measure, and description are identified under the Supplies/Services Section of the RFQ.� 7.7. The anticipated date of delivery is 16 - 18 weeks ARO (after receipt of order) with shipping Free-On-Board (FOB) Destination IAW FAR 52.247-34 to: ����������������������������������������������� ������������������������������� U.S. Army Research Institute of Infectious Diseases (USARIID) ���������������������������������������������������������������������� 1425 Porter Street ������������������������������������������������������������������ Fort Detrick, MD 21702 7.8. Offerors responding to this combined synopsis/solicitation shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications�Commercial Items, 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment, and 52.204-26 Covered Telecommunications Equipment or Services�Representation. 7.9.�������� FAR provision 52.212-2 Evaluation � Commercial Items applies to this acquisition including the Addendum contacted in the RFQ. 8. Point-of-Contact: The point-of-contact for this acquisition is Ms. Wanda King, Contract Specialist, wanda.d.king.civ@mail.mil. No telephone calls will be accepted. 9. Instructions for the Preparation and Submission of Quotes 9.1. Quotes shall be prepared in accordance with this solicitation and FAR provision 52.212 -1 Instructions to Offerors- Commercial Items including the Addendum which is included with the attached RFQ.������ 9.2. All quotes shall be evaluated in accordance with the evaluation criteria identified in Addendum M to FAR 52.212-2 Evaluation�Commercial Items included with the attached RFQ. The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Additional contract requirements and terms and conditions are identified in the attached RFQ. � The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. See the clause for additional FAR clauses cited and marked which are applicable to this acquisition. � The Government reserves the right to reject any or all quotes, and to award no contract at all, depending on the quality of the quote(s) submitted and the availability of funds. � Questions: Questions shall be submitted via e-mail to Ms. Wanda King, Contract Specialist, wanda.d.king.civ@mail.mil, no later than 18 November 2020 at 10:00 AM EST. Questions received after this date will not be accepted. An Amendment to this RFQ will be posted to BETA.SAM.gov with responses to the questions received. Only one set of questions per Contractor will be accepted. No telephone calls will be accepted. � Quotes: Quotes in response to this RFQ are due via e-mail no later than 24 November 2020 at 10:00 AM EST to Ms. Wanda King, Contract Specialist, wanda.d.king.civ@mail.mil. � The Offeror shall agree to honor proposed prices for 45 calendar days from the due date for receipt of quotes.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef56223cc44e4425a446a5e4a5e13340/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05852786-F 20201115/201113230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.