SOURCES SOUGHT
65 -- Medical Pathological Waste
- Notice Date
- 12/30/2008
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- 151166
- Point of Contact
- Lynda Johnson,, Phone: 301-594-3111
- E-Mail Address
-
lynda_johnson@nih.gov
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business manufacturers capable of providing the products mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. According to FAR 19.102(f)(f)(1)(2), a manufacturer is defined as..."the manufacturer of the end item being acquired is the concern which, with its own forces, transforms inorganic or organic substances including raw materials and/ or miscellaneous parts or components into such end items. A concern which purchases items and packages them into a kit is considered to be a non-manufacturer small business..." The Clinical Center and Family Lodge at the National Institutes of Health has a requirement for a contractor to provide Medical Pathological Waste (MPW) boxes for patient care products disposal. The NIH waste disposal guide describes MPW as liquid or solid waste with actual or perceived presence of pathogenic agents. Examples of MPW include clinical specimens, used patient care supplies such as suction canisters, IV tubing and all yellow and red needles buckets, fluid blood, blood soiled articles, anatomical material, microbiological waste, isolation room waste, sharps and syringes. The type of waste, the packaging, labeling and disposal of the waste is based on federal and state regulations so it is important that NIH follow the rules. The NIH is very critical of their health and safety policies and the proper disposal of any waste product is both vital and essentials. The applicable North American Industrial Classification System (NAICS) code is 339113. CHARACTERISTICS: BOX SPECIFICATION: A. Box markings, letters, numbers and symbols, shall be red/orange B. Ink shall be Sun Chemical Corp number GCMI 81 C. Boxes shall be specifically marked 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 sides of box. 3. All markings shall be red/orange, placed directly on the exterior surface of box 4. Markings will not be camouflaged manufacturer's name, address, product info., etc. D. Markings of packaging for transportation shall be in accordance with code of federal regulations (CFR) title 49, Transportation, Part 178.503 BOX DIMENSIONS: Size (inside dimensions) 18-1/2 x 18-1/2 x 14-1/4 BOX COLOR: Oyster White BOX CERTIFICATION: A. Bursting test of 250 lbs per square inch B. Minimum Edge Crush Test (ECT) value of 40 C. Minimum combined weight of facings, 111 pounds per thousand square feet D. Size limit of 85 inches E. Gross weight limit of 80 lbs (Box and contents) F. Shall be made flute corrugated cardboard G. Joint shall be tapped and glued inside only. BOX DESIGN: A. Box shall have a modified "T" top with locking tabs on the flaps with folding instructions. B. Shall have a "crash" bottom C. Boxes shall be manufactured of a minimum of 30% recycled material D. Shall be folded flat in package BOX PLASTIC LINERS: A. Box liner shall be 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 19-1/2 inches (49.53cm) wide x 17-1/2 (44.45cm) deep x 44-1/2 inches (113.03cm) long, dimension shall be inside measurement + ½ inch (1.27cm) Type - flat, shall be one piece construction Style - sides shall be gusseted and the bottom shall be heat sealed. Material - Shall be Grade A Polyethylene, untreated C. Shall be one piece construction, and shall have a tuck on sides between face and back of bag. Tucks shall approximately p inches wide from crease to edge and crease shall be parallel to the sides. D. Bags shall be marked showing certification.(tear and impact resistence) BOX TIES: A. Shall be 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 fasteners E. Shall be 12 cable ties per package SKID PACKAGING: A. Each individual package shall contain 5 boxes, 12 ties, and 10 black bages B. Each package will be wrapped banded with plastic banding two ways to avoid slippage from skid. C. Ten packages shall be banded together making a bundle; making four bundle per skid D. Skid shall be wrapped in shrink wrap to protect the contents. The box and inner bags shall be tested and certified to meet CFR specifications. The vendor response shall include not only whether or not the vendor is a manufacturer of the products sought (as defined by FAR 19.102(f)(f)(1)(2) and the business size of the vendor, but also should include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Vendors must send written capability responses by January 14, 2009 to the Contract Specialist at the following e-mail address ljohnson@cc.nih.gov. For any questions, please contact Contract Specialist Lynda Johnson at (301) 594-3111.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=03d55999e492d8227562ad942f537054&tab=core&_cview=1)
- Place of Performance
- Address: 10 Center Drive, Bldg 10/ Rm B1N313, bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01725288-W 20090101/081230214702-03d55999e492d8227562ad942f537054 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |