Montana Bids > Bid Detail

BSL-4 Positive Protection Suits, with Tygon hosing

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159173348814349
Posted Date: Jan 6, 2023
Due Date: Jan 17, 2022
Solicitation No: RFQ-NIAID-2152618
Source: https://sam.gov/opp/65481d2254...
Follow
BSL-4 Positive Protection Suits, with Tygon hosing
Active
Contract Opportunity
Notice ID
RFQ-NIAID-2152618
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 06, 2023 02:26 pm EST
  • Original Date Offers Due: Jan 17, 2022 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 01, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

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. The Solicitation number is RFQ-NIAID-2152618 and the solicitation is issued as a Request for Quotes (RFQ).





This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01, Effective 12/30/2022.





The North American Industry Classification System (NAICS) code for this procurement is 315990, Apparel Accessories and Other Apparel Manufacturing, with a small business size standard of 1,000 employees.





The requirement is being competed with a brand name or equal restriction, and without a small business set-aside.





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 purchase positive pressure suits rated for biosafety Level 4 research.



The proposed purchase is for Brand Name or Equal to the positive pressure suits previously purchase, and manufactured by Honeywell International Inc.





Manufacturer/Product needed:



Honeywell BSL-4 Suits with Tygon hosing, QTY 60



see attachments for all information





Place of Performance:



NIAID/RML



903 S 4th ST



Hamilton, MT 59840





Delivery: 1-3 months ARO



FOB: Destination





* By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award.





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. 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.





The following FAR provisions apply to this acquisition:





FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)



FAR 52.212-1 Instructions to Offerors Commercial Items (Nov 2021)



FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2022)



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 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)



FAR 52.211-6 Brand-Name or Equal (Aug 1999)



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” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision).





The following FAR contract clauses apply to this acquisition:



FAR 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2022)



FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dec 2022)



*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.



FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)



FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)



FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)



HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)





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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.





Offers may be e-mailed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). 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 Ms. Skye Duffner at skye.duffner@nih.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 06, 2023 02:26 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >