Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOLICITATION NOTICE

84 -- Positive Pressure Biosafety Suits - Level 4

Notice Date
12/9/2020 4:02:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2023479
 
Response Due
12/23/2020 11:00:00 AM
 
Archive Date
01/07/2021
 
Point of Contact
Laura Grey, Phone: 4063759812
 
E-Mail Address
laura.grey@nih.gov
(laura.grey@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-NIAID-2023479. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2021-02 Effective November 23, 2020. The associated North American Industry Classification System (NAICS) code for this procurement is 315990, Manufacturing Apparel and Accessories, with a small business size standard of 1,000 employees. This acquisition is being posted as Full and Open, Brand Name or Equal, and is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), The Office of the Chief Scientist for the Integrated Research Facility (IRF) in Hamilton Montana, conducts innovative scientific research on viral agents requiring high or maximum containment (Biosafety Level-4) to understand transmission, pathogenesis, pathophysiology, and host immune responses, with the goal of developing diagnostics and countermeasures . The IRF is seeking to seven purchase positive pressure suits rated for biosafety Level 4 research. �Please see attached Bill of materials (BOM) for size and specification requirements. The proposed purchase is for Brand Name or Equal to the positive pressure suits previously purchase, and manufactured by Honeywell International Inc. To be considered for award, vendors of �equal� products, including �equal� products of the brand-name manufacturer, must meet the following criteria for the salient characteristics of the positive pressure suits previously purchased. The brand name or equal requirements are listed below: Suits shall be made of a material that is resistant to quaternary virucidal chemical showers on a daily basis. Each suit shall include an in-line HEPA filtration system that connects to a facility provided breathing air system via standard Parker quick connections. The suits must use the air provided at 60 PSI and utilize an internal suit air distribution system to deliver 25 cfm that is HEPA filter exhausted. Air hose hook up shall be on the right side. All seams shall be air and watertight. The suits feet must be stocking type that will fit into a shoe or boot. Noise level inside the suit must be below the OSHA standard (OSHA's permissible�exposure�limit (PEL) is 90) and allow clear communication over radio or phone by the user while in the suit. PLEASE INCLUDE COUNTRY OF ORIGIN ESTIMATED TIME OF DELIVERY ALL APPLICABLE F SHIPPING CHARGES (Including customs fees if applicable) Place of Delivery: NIH NIAID 903 South 4th Street Hamilton, MT, 59840 INSTRUCTIONS: NIAID requests responses from qualified sources capable of providing the requirements as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if identified as �brand name or equal�, the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must � (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by � (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� products, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). All quotes shall include: price(s) (unit price, extended price, total price); documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; and Cage Code. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor�s response being considered non-responsive and will therefore be eliminated from further consideration and award. If a vendor quotes an OPEN MARKET item, NIAID will only consider those which are clearly identified on the quote as Open Market. All or part of the successful vendor�s quote may be incorporated in any contract resulting from this solicitation. The successful vendor�s quote may be incorporated by reference. II.����� EVALUATION: NIAID will evaluate all quotes to determine the most advantageous to the government. NIAID will make that determination based on the capability of each vendor�s quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the proposed products/service in a timely manner, warranty, past performance, and reasonable price. All foreign offers will be evaluated in accordance with FAR Part 25.105. The Government�s objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Vendor. Award will be based on the capability of the item offered to meet the stated salient characteristics, the best value to the government, delivery, warranty, and price. III.���� SPECIAL NOTICE TO VENDORS Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. VI. PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses apply to this acquisition: The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (August 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (August 2020) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications � Commercial Items (June 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2020) *The applicable subparagraphs of FAR 52.212-5 are included in the attachment to this posting. FAR 52.225-1 -- Buy American�Supplies (May 2014) FAR 52.225-2 -- Buy American Certificate (May 2014) FAR 52.225-13 --Restriction on Certain Foreign Purchases (Jun 2008) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request by email. Submission shall be received not later than December 23, 2020 @ 2:00 EST Offers may be e-mailed to Laura Grey; (E-Mail/ laura.grey@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2023479). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Laura Grey at laura.grey@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f70204315144a1ebd2f35d5e12d382a/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05870417-F 20201211/201209230150 (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.