SOLICITATION NOTICE
81 -- Medical Pathological Waste Boxes with Bag
- Notice Date
- 2/13/2026 5:38:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N99C26Q00001
- Response Due
- 2/20/2026 7:00:00 AM
- Archive Date
- 03/07/2026
- Point of Contact
- Brian Lind, Tonia Alexander
- E-Mail Address
-
brian.lind@nih.gov, tonia.alexander@nih.gov
(brian.lind@nih.gov, tonia.alexander@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Announcement Number: 75N99C26Q00001 Date Posted: 02/12/2026 Date Solicitation Issued: 02/12/2026 Date Responses Due: 02/20/2026 @ 10:00 AM EST Proposed Award Date: 03/01/2026 Project Title: Medical Pathological Waste Boxes with Bag Contracting Office: Office of Logistics and Office of Adminstration Contact Points: Contracting Officer: Brian Lind, brian.lind@nih.gov Contract Specialist : tonia.alexander@nih.gov Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 � Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06 dated 10/01/2025. North American Classification System (NAICS) Code: 562211 Small business size standard: $47.0 in millions Set-aside Status: This requirement is being competed as a full and open competition with a total small business set-aside. Competition Status: This requirement is posted as Request for Quotes. Description of Requirement: This requirement is to procure Medical Pathological Waste Boxes with Bag with the salient characteristics of of the following: 1) durable and strong material, 2) corrugated board, 3) box size: 18 x 18 x 14�, 4) safety features (defined below), and 5) DOHS Safety Approved/Vetted. Item Description Biohazardous Waste Disposable Boxes with Bag. 250PSI Oyster White (GCMI-81) with Orange Letters, Numbers and Symbols. Modified T Top w/ locking tabs, flaps labeled A, B, & C. Biohazard symbol and �Biohazard Incinerate Only� on all 4 sides. 19.5 x 17.5 x 44.5� Pleated, .003� thick. Ties:12""long white plastic electrical ties 70lb fasteners. Automatic lock at any diameter, one taped to each bag. u/i:pg std pg: 5 bxs,10 bgs&12 ties/bd,40pg/sd, 48x42 4-way pallet, nte 55"" h including pallet, the film bg must be marked & certified by its manuf as having passed the tests prescribed for tear resistance in astm d 1709-01. Std test methods for impact resistance of plastic film by the free-falling dart method, and for impact resistance in astm 1922-00a, std test method for propagation tear resistance of plastic film & thin sheeting by pendulum method this bag must meet an impact resistance of 165 grams & a tearing resistance of 480 grams in both the parallel & perpendicular planes with respect to the length of the bag, the bag must be closed with a min of entrapped air to prevent leakage in transportation, the bag must be capable of being held in an inverted position with the closed end at the bottom for a period of 5 min w/o leakage, when used as an inner package for bops, a plastic film bag may not weigh more than 10 kg (22 lbs.) when filled. Quantity bundle -13,240 with a unit of measure � bundle of 15. Period of performance is one (1) year from date of award with a base and quantity option to be quoted: CLIN #1 Unit of Measure: Bundle Base Quantity: 5640 (delivery at time of award) Price (vendor): $ ____________________________________________________________ CLIN #2 Unit of Measure: Bundle Option Quantity: 7600 (delivery upon request) Price (vendor): $ Shipping Instructions NIH Supply Center 16071 Industrial Drive Gaithersburg, MD 20877 **Please review Attachement 1 for Shipping/Delivery Instructions**. Delivery Within 30 Days from receipt and acceptance of award. Payment Net 30 Statutory Authority: This notice is a Combined Synopsis/Solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. Closing Statement: Responses to this notice must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements salient characteristics, price, and delivery. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 2025) FAR 52.204-7 System for Award Management (NOV 2024) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (NOV 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2025) (see Attachement 2) FAR 52.217-6 Option for Increased Quantity (MAR 1989) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) FAR 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. All responses must be received by 02/20/2026 @ 10:00 AM EST and must reference announcement / solicitation number: 75N99C26Q00001 with response submitted electronically to tonia.alexander@nih.gov. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/718db70b670c46a5aeb9b7af235b3448/view)
- Place of Performance
- Address: Gaithersburg, MD 20877, USA
- Zip Code: 20877
- Country: USA
- Zip Code: 20877
- Record
- SN07716121-F 20260215/260213230044 (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 |