The RFP Database
New business relationships start here

Ionized Hydrogen Peroxide Decontamination System (surface, environmental)


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 RFQ-RML-C-1970181.

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 2019-02 dated 05-06-2019


The associated North American Industry Classification System (NAICS) code for this procurement is 333413 with a small business size standard of 500 employees.


This acquisition is being posted as Full and Open with a total small business set aside.


The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center in Bethesda, MD is seeking to purchase an Ionized Hydrogen Peroxide (iHP) Decontamination System (surface and environmental):


•    Ionized Hydogen Peroxide (iHP) System
•    Surface Unit handheld applicator, with tool kit and water cartridge 110v/120v
•    Portable Monitor to use with Surface Unit
•    Environmental Unit, with 3 remote applicator stands, tool kit and water cartridge 110v/120v
•    Portable Gas Detector, with a 0/200 PPM sensor
•    Training included
•    Solution cartridges
•    EPA registered
•    Only by-product of process is water
•    Effective decontamination of BSL-3 and BSL-4 laboratories



•    Please include shipping costs and state estimated delivery time.


FOB Point shall be Destination;
NIH/NIAID Rocky Mtn Labs 903 South 4th Street Hamilton, MT 59840


Place of Performance:
NIH NIAID
Rocky Mountain Labs
903 South 4th Street
Hamilton, MT 59840
United States


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


PROVISIONS AND CLAUSES
The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein.


The following FAR and HHSAR provisions and clauses 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)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)


The following 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 (May 2019)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
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)
HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request, either by email or fax.



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


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, under an active status, 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).



This is an open-market combined synopsis/solicitation for an Ionized Hydrogen Peroxide Decontamination System (surface, environmental). The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than June 4, 2019 am MST.


Offers may be e-mailed or faxed to 406-363-9288, (email: kim.brown-selig@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)


All responsible sources may submit a capability statement that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Kim Selig: kim.brown-selig@nih.gov.


Kim Brown-Selig, Purchasing Agent, Phone 4063759840, Email kim.brown-selig@nih.gov - kimberlyn brown-selig, Purchasing Agent, Phone 406-363-9445, Email kim.brown-selig@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP