Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOURCES SOUGHT

A -- Facemask Prototypes

Notice Date
2/4/2020 2:34:43 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
 
ZIP Code
30333
 
Solicitation Number
000HCVLC-2019-36596
 
Response Due
2/18/2020 7:00:00 AM
 
Archive Date
03/04/2020
 
Point of Contact
Lee Catherine Kennedy, Phone: 7704882673
 
E-Mail Address
vhg0@cdc.gov
(vhg0@cdc.gov)
 
Description
The Centers for Disease Control & Prevention (CDC) is considering a project to produce 200 facemask prototypes. The project will be implemented using the North American Industry Classification System (NAICS) Code 541715 � Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The applicable classification code is AJ11 � R&D � General Science/Technology: Physical Sciences (Basic Research) (R&D � General Science/Technology). Background and Need: On April 21, 2017, the Department of Health and Human Services (HHS) and the Centers for Disease Control and Prevention (CDC) released the Community Mitigation Guidelines to Prevent Pandemic Influenza � United States, 2017. The updated pre-pandemic planning 2017 Guidelines include recommendations on non- pharmaceutical interventions (NPIs) that persons and communities can take to slow the spread of respiratory virus infections, including seasonal and pandemic influenza viruses. Categories of NPIs reserved for influenza pandemics include community measures aimed at increasing social distancing (e.g., temporary school closures and dismissals; postponing mass gatherings) and personal protective measures [e.g., voluntary home quarantine of exposed household members; use of facemasks (FMs) in community settings when ill or when at high risk for influenza complications (e.g., pregnant women, very young children, persons with cancer, asthma )]. To identify candidate non-surgical FM currently marketed to the public that potentially could be used during severe influenza pandemics, the Evaluation and Testing Branch, National Personal Protective Technology Laboratory, NIOSH, in collaboration with the Community Intervention for Infection Control Unit (CI-ICU), DGMQ, NCEIZD, used standard machine-based laboratory and observational methods to test the filtration performance of approximately eighty-four of those products.� NIOSH also tested twenty-six simple and improvised materials (S&IMs) (e.g., t-shirts) that could be used in pandemic situations if public-use FMs are not widely available.� S&IMs were tested uncut but folded as many times as possible to cover the testing machine�s testing orifice. In 2006, Dato et al., produced a �do it yourself� (DIY) 1-outer-and-8-inner layer reusable FM prototype using an S&IM (i.e., Hanes Heavyweight 100% preshrunk cotton T-shirt) that was boiled for ten minutes and air dried to maximize shrinkage and sterilize the material.� This effort intended to address potential lack of accessibility of quality commercial respirators (e.g., N95, N99, or N100) among workers directly involved with avian influenza�infected birds or patients.� Although insufficient for the workplace, this DIY mask reportedly offered substantial protection from the challenge aerosol and showed good fit with minimal leakage in human subjects (Dato 2006).� CI-ICU reviewed the literature and found limited research into the effectiveness/feasibility of S&IMs and DIY designs suggesting the need for more research in this area (Rengasamy 2008; Rengasamy 2010; Shakya 2017). The Government may procure FM prototypes that are manufactured from S&IMs using Dato�s methods. Specific objectives for such a project may include: Manufacture of the facemask prototypes at no up-front cost to the Government. Documentation of manufacturing methods. The CDC is conducting this sources sought to identify Contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. The Government is especially interested in small business Contractors. Vendors who interested in this requirement and have performed similar projects, the Government requests the information shown below. This Sources Sought Notice is seeking small business Contractors qualified under NAICS code 541715 � Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), which has a small business size standard of 1,000 employees.[1] As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Vendor responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as an RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract based on this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary � it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence the Government�s acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this Sources Sought Notice. Submission Instructions: Electronic responses via email are due no later than 2:00pm ET Tuesday, 18 February 2020 to Ms. Lee Catherine Kennedy at vhg0@cdc.gov and must include the information requested below. Responses greater than thirty single-spaced pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the evaluation. The Government appreciates Vendor interest and thanks Vendors in advance for responding to the Sources Sought Notice. Qualified Vendors shall submit a statement of interest on company letterhead demonstrating the Vendor�s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established and number of employees; Two Points of Contact (names, titles, phone numbers and email addresses); DUNS Number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status (must correlate with SAM registration): _____ Small business������� _____� HUBZone������ _____ WOSB _____ 8(a)������������������������������������������������������������ _____ VOSB _____ SDVOSB��������������������������������������������������������������������������������������������������� _____ Small Disadvantaged Business Bonding capability. List up to five similar projects previously performed.� Include a brief statement as to why each project is relevant to this Sources Sought Notice and other relevant information such as any teaming or joint venture partners, whether the company was responsible for selling the SRECs, responsibility for interconnection studies and/or agreement. In addition, include proof of satisfactory past performance on the referenced projects. Recommended NAICS Code if different from the Government�s anticipated NAICS Code.� Vendors should document rationale for recommended NAICS Code(s). Additional Comments: �___________________________________________________________ This information is true and correct to the best of my knowledge. ________________________________________��������������������������� ___________________ Signature�������������������������������������������������������������������� ����������� ��������������������� ��� Date ________________________________________ Name [1] https://www.sba.gov/document/support�table-size-standards
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a6ce4a06a7a41e98f32c9e56da307c1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05552079-F 20200206/200204230140 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.