Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

R -- Biohazard Boxes with bags and ties

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIHOD2009129
 
Point of Contact
Terita R Stevenson, Phone: 301-402-3727
 
E-Mail Address
stevenst@od.nih.gov
(stevenst@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this sources sought notice is to allow vendors to submit capability statements by Tuesday, July 21, 2009 at 3:30 p.m and to change the NAICS code to 322211 and size standard to 500 employees. This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Institutes of Health, NIH. The purpose of this Sources Sought is to seek the availability and capability of small business concerns, including 8(a) small business and/or small qualified small business concerns [including Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB] that are interested in and capable of performing the work described herein: The National Institutes of Health is conducting a market survey to determine the availability and capability of interested businesses to furnish bio-hazard boxes with bags and ties. The intended procurement will be classified under North American Industrial Classification System (NAICS) code 322211 with a size standard of 500 employees. Boxes shall be 18 inches x 13 inches x 18 inches (inside dimensions); oyster white; shall be certified of meeting the following: bursting test of 275 lbs. per sq. inch; minimum combined weight of facings 138 lbs. per thousand sq. ft.; size limit of 90 inches; gross weight limit of 90 lbs.; fluted corrugated cardboard; joints shall be lapped and glued inside only. Shall have a modified T top with locking tabs on flap B. Flaps are to be labeled A, B, and C. Shall have crash bottom. Boxes shall be manufactured of a minimum of 20% recycled material. Shall be marked showing certification of meeting Drop Test, CFR Title 49, Transportation, Part 178.603 and Stacking Test, CFR Title 49, Transportation, Part 178.606. Plastic bags shall be polyethylene, low density, black, not less than.003 inch thickness. Tolerance on thickness shall be minus 0 and plus the standard of the industry. Shall be 19-1/2 inches wide x 17-1/2 inches deep x 44-1/2 inches long. Dimensions shall be inside measurements plus 12 inch. Shall be one piece construction with tuck on sides between face and back of bag. Tucks shall be approximately 9 inches wide from crease to edge and crease shall be parallel to the sides. Shall have gusseted bottom heat sealed. Shall be Grade A, untreated material. Bags shall be marked showing certification of meeting tear resistance as prescribed in ASTM D 1709-04 and impact resistance as prescribed in ASTM D 1922-03a. Shall include plastic electrical cable ties, white, approximately 12 inches long, minimum of 70 lb. fasteners. Interested businesses responding to this market survey must provide (1) descriptive literature demonstrating their ability to furnish an item meeting the specifications identified herein; (2) business name, address, email address, website address, telephone number, and name of contact, (3) size and type of business (e.g., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone, 8(a)); and (4) at least two recent past performance references including name of contact, telephone number, email addresses, duration of contract, description, and dollar value. All vendors interested in this procurement are asked to submit three copies of their capability statement no later than 3:30 pm EST, July 21, 2009. When utilizing a courier service, Federal Express, UPS, or express mail, the city, state, and zip code must read: ROCKVILLE, MD 20852. Information received will be considered solely for the purpose of determining whether sufficient concerns possess the ability to fulfill the government's requirement and to ensure competition under any set-aside acquisition. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government. All information pertaining to this procurement will only be posted and made available for viewing and downloading on the Government Electronic Posting System (FBO) site at https://www.fbo.gov. It is the responsibility of interested concerns to review this site frequently for updates. Responses may be sent to the following address: Contracting Office Address: Department of Health and Human Services, National Institutes of Health, Office of Acquisitions, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 539C, MSC-7663, Bethesda, MD, 20892-7663, Attn: Terita Stevenson, Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHOD2009129/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01876199-W 20090717/090716000019-cfadc8e72876af9710464c3faf750e93 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.