SOURCES SOUGHT
B -- Disinfectant Efficacy Studies
- Notice Date
- 3/10/2020 5:43:09 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIH-CC-20-004637
- Response Due
- 3/25/2020 6:00:00 AM
- Archive Date
- 04/09/2020
- Point of Contact
- Lisa Schaupp
- E-Mail Address
-
Lisa.Schaupp@nih.gov
(Lisa.Schaupp@nih.gov)
- Description
- The National Institutes of Health (�NIH�), Clinical Center is conducting a market survey/sources sought notice to determine whether there is a reasonable expectation of a responsible/capable offeror to provide a Disinfection Efficacy Study for the Aseptic Processing Facilities (APF) with, at least, the characteristics listed below.� Accordingly, NIH is hoping that there exists a reasonable expectation of at least two responsible/capable offerors in order for NIH to compete the requirement.� Additionally, NIH is attempting to ascertain if there exists a reasonable expectation of at least two responsible/capable small business offerors in order for NIH to compete the requirement as a small business set aside. Accordingly, NIH is seeking capability statements as to the attached SOW from other-than-small businesses, small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses, HUBZONE small businesses, small businesses under the 8(a) program, and/or businesses under the GSA Schedule capable of providing a study in accordance with the attached Statement of Work and with the following performance requirements. The contractor shall provide a Cleaning Disinfectant Efficacy Study for the National Institutes of Health�s (NIH) Aseptic Processing Facilities (APF). The Cleaning Efficacy Study will be performed in triplicate including a total of 8 different surfaces to be tested with 20 NIH environmental isolates against 3 different disinfectant agents to meet the requirement in USP , and AOAC Methodology. It must demonstrate disinfectants are applied to the surface reflected in the real world, the surface isn�t applied to the disinfectant. Cleaning Disinfectant Efficacy Study testing will be conducted to carrier surface or coupon studies specified in USP and USP . The study will include 8 surfaces to be tested with 20 organisms against 3 different disinfectant agents. Triplicate test coupons shall be evaluated as a default parameter. Study coupons shall be supplied by NIH per contractor specification. Each agent shall be tested at the manufacturer�s recommended contact times and dilutions as specified in Table 1. NIH shall supply all test organisms in configurations and quantities specified by the contractor. Disinfectants shall be tested against bacterial, mold spores, and yeast organisms listed in Table 1 of the Statement of Work.�See Statement of Work for details. 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.� CONSEQUENTLY, DO NOT SEND A PROPOSAL IN RESPONSE TO THIS NOTICE.� THE APPROPRIATE RESPONSE IS A CAPABILITY STATEMENT.� ALTHOUGH A RESPONDENT CAN RESPOND WITH WHATEVER INFORMATION THE RESPONDENT SEES FIT, THE IDEAL CAPABILITY STATEMENT SPECIFICALLY ADDRESSES THE REQUIREMENTS IN THE SOW AND THE REQUESTS FOR INFORMATION BELOW, AND IS NOT A GENERIC SALES BROCHURE OR MARKETING HANDOUT.� FURTHER, THE GOVERNMENT REQUESTS, BUT DOES NOT MANDATE, THAT THE CAPABILITY STATEMENT IS LIMITED TO NO MORE THAN TEN PAGES.� ANY PROPRIETARY INFORMATION IN THE SUBMITTED CAPABILITY STATEMENT SHOULD BE CLEARLY MARKED AS SUCH.�������� The information obtained from this market research is for Government planning purposes only, and will assist the Government in planning its acquisition strategy. �This is strictly market research, and the Government is not opening a question and answer period concerning this market research. �Further, the Government will not pay for any costs incurred in the preparation of information in response to this market survey. In addition to addressing the requirements listed above, the Government requests that your capability statement address the following requests for information, if relevant. Please provide the full company/entity name, address including points of contact (phone number and e-mail address), DUNS numbers, and type/size of the company/entity by NAICS code. If your company/entity is a dealer or service-provider, and not a manufacturer of the end items/products contemplated by the SOW, please identify your company as such and identify the end item/product manufacturers that you would be obtaining goods from in order to perform the contract, and where the manufacturers are geographically located.� According to the small business limitations on subcontracting standard provided by the amended Small Business Act at 15 U.S.C. � 657s, the requirement for a small business supplier is that the small business prime contractor �may not expend on subcontractors more than 50 percent of the amount, less the cost of materials, paid to the concern under the contract . . . .�� 15 U.S.C. � 657s(a)(2).� However, �[c]ontract amounts expended by a covered small business concern on a subcontractor that is a similarly situated entity [(i.e., another small/small disadvantaged business of the same type)] shall not be considered subcontracted for purposes of determining whether the covered small business concern has violated [limitations on subcontracting.]�� 15 U.S.C. � 657s(b).� If you are a small business, please address your ability to adhere to limitations on subcontracting at 15 U.S.C. � 657s.� To ascertain if you are a small business, use the size standard provided by NAICS Code 541380(Testing Laboratories), with a size standard of no more than $16.5 million. As part of this, if you are a small business that is a dealer/service-provider and not a manufacturer, please so state, and address whether you meet the following requirements from 13 C.F.R. � 121.406(b).� Specifically, your company/entity: (1) Does not exceed 500 employees (notice that the employee standard under the non-manufacturer rule is more restrictive than for NAICS Code 541380); (2) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; (3) Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and (4) Will supply the end item of a small business manufacturer, processor, or producer made in the United States. NIH must receive written capability statements no later than March�25 at 9:00 a.m. Eastern Time.� E-mail the written capability statement to Lisa Schaupp, the Contract Specialist, at the e-mail address Lisa.Schaupp@nih.gov. Respondents will NOT be notified as to the results of the Government�s market research.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a9171d2eeaf74b8c8272a0e8512d3690/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05584959-F 20200312/200310230200 (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 |