The RFP Database
New business relationships start here

BSL-4 Positive Protection Suits, with Tygon hosing


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 RFQRMLC1960328.

 This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101 dated 10/26/18.

 The associated North American Industry Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 750 employees.

This is not a total small business set aside.

 The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase Forty two (42) Biological Safety Level 4 Positive Pressure Suits with Tygon hosing. All interested companies shall provide quotation(s) for the following:

42 (each) positive protection suits suitable for use in Biological Safety Level 4 Laboratories (BSL-4).

 Sizes & Quantities:

Size T2, Cuff Size PT, Quantity of 12

 

Size T3, Cuff Size GT, Quantity of 8

 

Size T3XL, Cuff Size GT, Quantity of 6

 

Size T1XL, Cuff Size PT, Quantity of 2

 

Size T2XL, Cuff Size PT, Quantity of 4

 

Size T1, Cuff Size PT, Quantity of 2

 

Size T3, Cuff Size PT, Quantity of 8

 

 

The BSL-4 positive pressure suits shall be made of a material that is resistant to quarternary 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 water tight and the feet must be stocking type that will fit into a shoe or boot.

Noise level inside the suit must be below the OSHA standard and allow clear communication over radio or phone by the user while in the suit. Please include shipping costs and state estimated delivery time.

FOB Point shall be Destination;

NIH Rocky Mountain Laboratories; 903 S 4th St; Hamilton, MT 59840.

Place of Performance:

NIH Rocky Mountain Laboratories

903 S 4th St

Hamilton, MT 59840.

United States

Award will be based on the capability of the item offered to meet the best value to the government, stated salient characteristics, past performance, delivery, warranty and price.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018)

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 -

(Jan 2017)

The following FAR 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 (Jan 2019)

*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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.204-13 System for Award Management Maintenance (Oct 2016)

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)

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)

 

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://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm

 

 

To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as

follows:

"The Terms and conditions in the solicitation are acceptable to be included in the award document without

modification, deletion or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the

exception, deletion, or addition of the following:"

(Quoter shall list exception(s) and rationale for the exception(s).)

Submission shall be received not later than 04/01/2019.

Offers may be mailed, e-mailed or faxed to 406-363-9288, (E-Mail: millers2@niaid.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.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to: millers2@niaid.nih.gov


Suzanne Miller, Purchasing Agent, Phone 406-363-9445, Email millers2@niaid.nih.gov - Suzanne Miller, Purchasing Agent, Phone 4063639445, Email millers2@niaid.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP