Disclaimer -
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 on SAM.gov. However, responses to this notice will not be
considered adequate responses to a solicitation. The solicitation release date is pending. All
information pertaining to this procurement will only be posted and made available for viewing
and downloading on the System for Award Management (SAM) site at https://sam.gov. It is the
responsibility of interested concerns to review this site frequently for updates. All quoters that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account, account registration will be required at the following website: https://www.sam.gov/portal/public/SAM/ Future business opportunities will continue to be posted and located on System for Award Management (SAM) site at https://sam.gov.
Background
On November 15, 2021, the President signed The Infrastructure Investment and Jobs Act (IIJA) (Pub. L. 117-58). In addition to authorizing funds for federal-aid highways, highway safety programs, and transit programs, under Section, Subtitle C of the IIJA, the “Make PPE in America”, the Department of Homeland Security (DHS), Health and Human Services (HHS) and the US Department of Veteran Affairs (VA) are required to purchase all personal protective Equipment (PPE) from American suppliers (manufacturers and distributors) with 100 percent American-made components.
Scope
The purpose of the contract is to ensure a 100% domestically sourced, American manufactured product (gloves), including 100% of all components of IIJA Compliant medical grade and surgical grade gloves to NIH and all HHS agency customers.
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; 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 the NAICS codes below should not submit a response to this notice.
339112 – Surgical and medical instrument manufacturing
339113—Surgical Appliance and Supplies Manufacturing
325212 - Synthetic Rubber Manufacturing
339114 -– Dental Equipment and Supplies
423990-- Personal safety devices and supplies
423450--Medical, Dental and hospital Equipment and Supplies Wholesale, whose small business standard
Capability Statement Content
Small business owners capable of meeting the Government’s requirements for providing
conference, administrative, and travel support services to the NIH community are encouraged to
submit a capability statement.
In addition to capability statements, firms must include this information in their responses:
(1) Organization name, address, email address, website address, and telephone number
(2) Size and type of ownership and socio-economic designation (i.e., Small/Large Business, HUBZone, Service-Disabled Veteran Owned, 8(a)) as it relates to the above NAICS Codes small business size-standard)
(3) Business experience to include: a summary to demonstrate how you can meet all deliverables detailed in draft SOW
(4) Unique Entity Identifier (UEI)
(5) Additional information and/or comments
The Government will not notify respondents of the results of the evaluation of the data received.
No contract award will be made based on responses received. However, this information
will be used in NIH's assessment of services available on the market. No faxed responses.
Requests for copies of a solicitation will not be honored or acknowledged. No solicitation is
being issued at this time.
**PLEASE SEE THE ATTACHMENT TAB FOR MORE DETAILED INFORMATION - DO NOT SEND QUOTES**