SOURCES SOUGHT
81 -- Medical Pathological Waste (MPW) Boxes, Bags, and Ties
- Notice Date
- 2/24/2020 12:32:21 PM
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- SS-75N98020Q00006
- Response Due
- 3/9/2020 11:00:00 AM
- Archive Date
- 03/24/2020
- Point of Contact
- Terita Stevenson
- E-Mail Address
-
stevenst@od.nih.gov
(stevenst@od.nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Introduction This is a Small Business Sources Sought notice. �This is NOT a solicitation for proposals, proposal abstracts, or quotations. �The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. �Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. �An organization that is not considered a small business under NAICS code 562211, with a size standard of $41.5 million should not submit a response to this notice. Background NIH Supply Center - Gaithersburg Distribution Center (GDC) has a requirement for �Bio-hazardous Waste Disposal Boxes, Bags and Ties. Project Requirements See attached:� MPW Boxes, Bags, Ties Specs.pdf Capability Statement Small business concerns that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� The capabilities statement must specifically address each project requirement separately.� Additionally, the capability statement should include (1) Name and Address of the vendor, (2) Size and type of business, (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Vendor's capability statement (no more than 15 pages) addressing the draft Statement of Work/Specifications,�(6) List of organizations to whom the same or similar types of services have been previously provided to include contract number, short description, dollar value, name, and the phone number of the Contracting Officer/Buyer. The capability statement must not exceed 15 single sided or 7.5 double sided pages in length and using a 12-point font size minimum.�� Interested small business organizations are required to identify their size standards in accordance with the Small Business Administration.� The government requests that no proprietary or confidential business data be submitted in a response to this notice.� However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only.� Capability statements must include the name and telephone numbers of a point of contact having authority and knowledge to discuss responses with Government representatives.� Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.� � All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Terita Stevenson, Contract Specialist, at stevenst@od.nih.gov in either MS Word or Adobe Portable Document Format (PDF), ��All responses must be received by 2:00 pm, EST. on , Monday, March 9, 2020, in order to be considered. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response.� No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities.� However, responses to this notice will not be considered adequate responses to a solicitation.� The solicitation release date is pending.� The Government intends to negotiate a indefinite delivery, indefinite quantity, fixed contract.�� It will be for a base plus four (twelve month) option years with an approximate award date of July 1, 2020.� All information pertaining to this procurement will only be posted and made available for viewing and downloading on the Government Electronic Posting System (beta.sam) site at beta.sam.gov. �It is the responsibility of interested concerns to review this site frequently for updates. �ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE OF March 9, 2020 at 2 PM EST. Please submit Capability Statements through email to (stevenst@od.nih.gov) All questions and/or comments must be in writing and emailed to Terita Stevenson at stevenst@od.nih.gov. Comments and questions will NOT be answered, but will assist in creating a solicitation for this requirement.� Disclaimer and Important Notes. Salient Characteristics for Item Numbers 1 Each package shall consist of: ��������� 5 boxes ����������������������������������������������������������� 10 Black plastic bags ����������������������������������������������������������� 12 cable ties. 1.�������� Markings shall have the following characteristics: ����������� ����������� a.�������� Markings, letters, numbers and symbols, shall be orange. ����������� b.�������� Ink shall be Sun Chemical Corp Number GCMI 81. Material Safety Data Sheets ����������������������������������������������� (MSDS) shall be provided by contractor. ����������� c.�������� Boxes shall be specifically marked as follows, in addition to the requirements of the �������������������������� Federal Specifications: ����������� ����������������������� 1.�������� Shall provide arrows indicating �Burn Box Up�. ����������������������� 2.�������� The biohazard symbol and �Biohazard Incinerate Only� identification on all four ��������������������������������������������� (4) sides of the box. ����������������������� 3.�������� All markings shall be orange and placed directly on the exterior surface of the ������������������������������������ box. ����������������������� 4.�������� Markings shall be the approximate size indicated on illustrations. ����������������������� 5.�������� Markings shall not be camouflaged by the manufacturer�s name, address, �������������������������������������������������������� product information, etc. d.�������� Markings of packaging for transportation shall be in accordance with code of federal regulations (CFR) Title 49, Transportation, Part 178.503. 2.�������� Boxes shall be: ����������� a.�������� Size (inside dimensions) shall be 18 inches (45.72cm) X 14 inches (35.56cm) x ����������������������� 18 Inches (45.72cm). ����������� b.�������� Shall be oyster white. ����������� c.�������� Shall be certified of meeting the following: ����������������������� 1.�������� Bursting test of 250 lbs (113.40kg) per square inch. ����������������������� 2.�������� Minimum Edge Crush Test (ECT) value of 40. ����������������������� 3.�������� Minimum combined weight of facings, 111 pounds (50.35kg) per thousand ������������������������������������������� square feet. ����������������������� 4.�������� Size limit of 85 inches (215.90cm). ����������������������� 5.�������� Gross weight limit of 80 lbs (36.29kg) (Box and contents). ����������������������� 6.�������� Shall be made of flute corrugated cardboard. ����������������������� 7.�������� Joint shall be lapped and glued inside only. ����������� d.�������� Shall have a modified �T� top with locking tabs on flaps B. Flaps are to be labeled A, B, �������������������������������� C. Folding instructions for the user to be on the �B� flap. ����������� e.�������� Shall have a �crash� bottom. ����������� f.��������� Boxes shall be manufactured of a minimum of 30% recycled material. ����������� g.�������� Shall be folded flat in package. ����������� h.�������� Boxes shall be marked showing certification of meeting the following: ����������������������� 1.�������� Drop Test per CFR Title 49, Transportation, Part 178.603. ����������� 2.�������� Stacking Test CFR Title 49, Transportation, Part 178.606.�� �������� 3.��� Plastic bags shall be: ���������������� a.�������� Polyethylene, low density, not less than .003 inches (.00762cm) thickness. ����������������������� ����������� Tolerance on thickness shall be minus 0 and + (plus) the standard of the ��������������������������������� ����������� industry. ���������������� b.�������� Shall be 19 � inches (49.53cm) wide X 17 � inches (44.45cm) deep x 44 � inches ���������������������������������� (113.03cm) long, dimensions shall be inside measurements + � inch (1.27cm). ���������������� c.�������� Type � flat, shall be one piece construction. ���������������� d.�������� Style � sides shall be gusseted and the bottom shall be heat sealed. ���������������� e.�������� Material � Shall be Grade A Polyethylene, untreated. ���������������� f.��������� Shall be one piece construction, and shall have a tuck on sides between face and back ������������������������������� of bag. Tucks shall be approximately 9 inches (22.86cm) wide from crease to edge and ������������������������ crease shall be parallel to the sides. g.�������� Bags shall be marked showing certification of also meeting the following: ����������� 1.�������� Impact resistance as prescribed in ASTM D 1709-04 ����������� 2.�������� Tear resistance as prescribed in ASTM D 1922-03a �������� 4.��� Ties shall be: ���������������� a.�������� Plastic �electrical� cable ties, approximately 12 inches (30.48cm) long. ���������������� b.�������� Shall be white. ���������������� c.�������� Shall automatically lock at any diameter. ���������������� d.�������� Shall be a minimum of 70 lb (31.75kg) fasteners. ���������������� e.�������� Shall have 12 cable ties per package. 5.�� Skid packaging: ����������� a.�������� Each individual package shall contain 5 boxes, 12 ties, and 10 black bags. ����������� b.�������� Shall be packaged in a clear plastic bag .003 inches (.00762cm) thick. ����������� c.�������� Ten packages shall be taped or banded together making a bundle. Shall have three ����������������������� �bundles� per skid. ����������� d.�������� Skid shall be wrapped in a recycled paper material. 6. Testing Requirements: The box, (non-bulk packaging) and the inner bags (Plastic film bags) shall be tested and certified to meet the following specifications: ����������� CFR Title 49, Transportation ����������� Part 173.197 (a) General Provisions ����������� ������� 173.197 (b) Non-bulk Packagings. �������������������� 173.197 (e) Inner packagings authorized for Large Packagings, Carts, and BOPs., ���������� and 178 Subpart M � Testing of Non-bulk Packagings and Packages. �����������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0682814659ba4fba86e5290b6f54c9ef/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05571224-F 20200226/200224230144 (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 |