Montana Bids > Bid Detail

BSL-4 Positive Protection Suits

Agency:
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159812407984251
Posted Date: Feb 13, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/bc7ff4432d...
Follow
BSL-4 Positive Protection Suits
Active
Contract Opportunity
Notice ID
SS-NIAID-24-2202868
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 13, 2024 03:24 pm EST
  • Original Response Date: Feb 23, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

Introduction



This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.



Project Summary



The National Institute of Allergy and Infectious Diseases (NIAID), Office of the Chief Scientist for the Integrated Research Facility (IRF) at Rocky Mountain Laboratories (RML) 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 rates for Biosafety Level 4 (BSL-4) research. Due to the nature of work performed in the high containment lab at RML, positive pressure suits are necessary for the safety of the researchers. These suits need periodic replacement due to wear from chemical showers.



Specifically, NIAID IRF is seeking positive pressure suits in various sizes that meet all the required minimum technical requirements 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; and

  • 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.



Anticipated Period of Performance



It is anticipated that an award will be made in March/April 2024. Delivery of the suits are needed as soon as possible.



Capability Statement/Information Sought



If your organization has the potential capacity to provide positive protection suits which meets the minimum requirements listed above, please provide the following information:




  1. Organization name, address, point of contact, email address, website address, telephone number, UEI number.

  2. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.) pursuant to the applicable NAICS code.

  3. Identification of any Best-In-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY.

  4. Tailored capability statement addressing the capability of the suits to meet NIAID’s minimum requirements. Capability document shall be no more than six pages.

  5. Place of manufacture for the positive pressure suits.

  6. Estimated lead time after receipt of order.

  7. Evidence that the organization is an authorized reseller or manufacturer of the positive pressures. Authorized resellers shall identify the OEM of the suits proposed in their capability statement. Only OEM products are acceptable.



Submission Instructions



Interested businesses who consider themselves qualified to provide the above listed positive pressure suits are invited to submit a response to this Sources Sought Notice by February 23, 2024, at 3:00 PM EST. All responses under this Sources Sought Notice shall be emailed to gabriel.contreras@nih.gov.



Disclaimer and Important Notes



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality



No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


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
  • Feb 13, 2024 03:24 pm ESTSources Sought (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 >