SOLICITATION NOTICE
65 -- THIS SOLICITATION IS HEREBY CANCELLED IN ITS ENTIRETY - Isolation Gowns Manufactured in the U.S. or its Outlying Areas
- Notice Date
- 3/18/2022 6:37:52 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- ASPR Office of Resource Management Washington DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- 75A50122R00005
- Response Due
- 4/4/2022 12:00:00 PM
- Archive Date
- 04/19/2022
- Point of Contact
- Annette Wright, Sherica Teshome
- E-Mail Address
-
owf8@cdc.gov, sherica.teshome@hhs.gov
(owf8@cdc.gov, sherica.teshome@hhs.gov)
- Description
- THIS COMBINED SYNOPSIS/SOLICITATION IS HEREBY CANCELLED IN ITS ENTIRETY.�� ------------------------------------------------------------------------------------------------------------------------ NOTE:� Due to the lengh of this combined synopsis/solicitation, a PDF copy for easier readability is attached to this posting. COMBINED SYNOPSIS SOLICITATION I.�� �This is a combined synopsis/solicitation 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; proposals are being requested. II.�� �The solicitation number is 75A50122R00005 which is a Request for Proposal (RFP). Contract Type will be Firm Fixed Price (FFP). III.�� �The solicitation document and incorporated provisions and clauses are currently in effect through Federal Acquisition Circular 2022-04, effective 30 January 2022. This acquisition is being posted as a limited competition under the authority of Federal Acquisition Regulation (FAR) Subpart 6.302-3 Industrial mobilization; engineering, developmental, or research capability; or expert services paragraphs (a)(2)(i) and (b)(1)(iv)(A) and is not set aside for small business. NAICS Code: 339113 (Surgical appliance and supplies manufacturing) The size standard is 750 employees. IV.�� �a. The Division of Strategic National Stockpile (DSNS), of the U.S. Department of Health and Human Services (HHS) Office of the Assistant Secretary for Preparedness and Response (ASPR), has a requirement for 75,200,000 ANSI/AAMI PB70 Level 2 Isolation Gowns, plus an optional quantity of 150,400,000 Level 2 Isolation Gowns. See Section B- SUPPLIES OR SERVICES AND PRICES/COSTS. b. The Government intends to evaluate offers and award a contract without discussions. However, the Government �may, �at �its �sole �discretion, �elect �to �conduct �discussions �if �determined �to �be �in �the best �interest of the Government. V.�� �See Sections B and C below for description of requirements. VI.�� �The period of performance is anticipated to total 36 months, 23 May 2022 through 22 May 2025: a.�� �Base Period: 12 months Level 2 Isolation Gowns quantity � 75.2 million, anticipated Delivery Period: 23 May 2022 - 22 May 2023. b.�� �Optional ordering quantity has an ordering period of 36 months, anticipated to be 23 May 2022 - 22 May 2025: Level 2 Isolation Gowns optional quantity � 150.4 million VII.�� �The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. VIII.�� �The provision 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this procurement. Addenda to the provision include evaluation factors and evaluation criteria. IX.�� �Offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications- Commercial Products and Commercial Services, with its offer. (Note, if offerors are registered within the� System for Award Management (SAM) and certs and reps are up to date, make a statement to that effect in accordance with this clause). X.�� �The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. XI.�� �The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services, applies to this acquisition and FAR clauses applicable include 52.219-9, 52.219-16, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.225-13, and 52.232-33. Other applicable clauses include Health & Human Services Acquisition Regulation (HHSAR) clauses. See Sections D through I. XII.�� �a. There are no special contract requirements or terms and conditions related to contract financing arrangements. � � � � �b.�� �FAR 6.302-3 Industrial mobilization; engineering, developmental, or research capability; or expert services, paragraphs (a)(2)(i) and (b) (iv) (A) apply to this acquisition; see Section H. � � � � �c.�� �Pursuant to Presidential Decision Directives 39 and 62 and Sections 311 and 319 of the Public Health Service Act, SNS storage locations are sensitive and shall not be disclosed. The Contractor shall agree to sign a non-disclosure agreement (applicable and enforceable to all employees of the contractor) to not disclose any details relating to the contract and to hold all employees and/or subcontractors involved in the performance of this requirement to the same. At any time, the Government may request employees and/or subcontractors used in performance of the contract to sign a non-disclosure agreement. HHS Non-Disclosure forms shall be released to the awardees as part of their award package. The Contractor shall adhere to the sensitivity requirements of the contract during the time granted access to DSNS Sensitive But Unclassified information (SBU), and all times thereafter. The contractor shall not share the Sensitive But Unclassified information (SBU) or the HHS Non- Disclosure Agreement (NDA) without Government approval. XIII.�� �HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A-Health Resources Priorities and Allocations System. XIV.�� �Offers are due no later than 4 April 2022 on or before 3:00PM Eastern Time, with the Subject Line RFP 75A50122R00005, by email to dsnssolicitations@cdc.gov. The offeror�s complete proposal (including all information required to be submitted as part of the offeror�s Volume A -Technical Proposal, and Volume B - Price/Business Proposal) must be received by the date and time specified for receipt of offers. Electronic submissions only will be accepted and shall be submitted via email to dsnssolicitations@cdc.gov. All submissions must include the solicitation number and the word �SUBMISSION�. Email submissions are limited to 2MB. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All questions regarding this RFP of contractual or technical nature, must be submitted electronically by email to dsnssolicitations@cdc.gov no later than 1:00 p.m., ET, 22 March 2022. For proper submission of questions, include the solicitation number and the word �QUESTION� in the subject of the email. The Government�s responses to questions will be posted as an amendment to the combined synopsis/solicitation posting. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. XV.�� �The point of contact for information regarding this combined synopsis/solicitation is Annette R. Wright, Contracting Officer Office of Resource Management (ORM) Assistant Secretary for Preparedness and Response (ASPR) U.S. Department of Health and Human Services (HHS) Email: dnssolicitations@cdc.gov Offers are due no later than 4 April 2022 on or before 3:00PM Eastern Time, with the Subject Line RFP 75A50122R00005, by email to dsnssolicitations@cdc.gov. SEE THIS RPF IN ITS ENTIRETY IN THE ATTACHMENT: ISOLATION GOWNS FINAL.PDF
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/19f9770bb2504be58f0622c9930d08f0/view)
- Place of Performance
- Address: Atlanta, GA 30341, USA
- Zip Code: 30341
- Country: USA
- Zip Code: 30341
- Record
- SN06272184-F 20220320/220319211259 (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 |