Nitrile Gloves PPE
ID: SS75N98025R00011Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH OLAOBETHESDA, MD, 20892, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 4:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to supply 100% domestically manufactured medical-grade and surgical-grade nitrile gloves as part of a Sources Sought Notice. This procurement is mandated by the Infrastructure Investment and Jobs Act, which requires federal agencies to purchase personal protective equipment (PPE) exclusively from American suppliers using entirely American-made components. The gloves are critical for supporting NIH's mission-critical research and healthcare activities, ensuring compliance with federal standards for domestic sourcing and quality. Interested organizations must submit capability statements by April 25, 2025, detailing their qualifications, business size, and experience, and can contact Heidi Holley at heidi.holley@nih.gov for further information.

Point(s) of Contact
Files
Title
Posted
The document outlines the specifications, certification requirements, and attributes for gloves compliant with the Infrastructure Investment and Jobs Act (IIJA) to support the NIH Supply Center's mission readiness. Key points emphasize the need for timely delivery (within one week of order), the approval process for product changes, and maintaining a robust supply chain capable of nationwide delivery. It details expected usage and certifications for various glove types: latex (15%), nitrile (75%), vinyl (5%), and others, with nitrile gloves highlighted for their extensive protective attributes, including puncture resistance, chemical resilience, and specific ratings for medical and laboratory use. The document also provides a breakdown of glove sizes and defines the American National Standards Institute (ANSI) Acceptable Quality Levels (AQLs) that contractors must meet. Additionally, it outlines the levels of protection provided by civilian personal protective equipment (PPE) as classified by OSHA and EPA. These classifications are essential for ensuring first responders and healthcare professionals have the appropriate protection based on identified hazards. Overall, the guidelines ensure high safety standards and readiness for healthcare delivery and emergency response.
Apr 18, 2025, 5:08 PM UTC
The Sources Sought Notice for Personal Protective Equipment (PPE), identified as SS75N98025R00011, is issued by the government to gather information on the availability and capability of small business sources to supply 100% domestically manufactured medical-grade and surgical-grade gloves. This notice stems from the Infrastructure Investment and Jobs Act, mandating federal agencies to procure PPE exclusively from American suppliers using entirely American components. The document outlines that the responses are not part of a request for proposals or quotations, and no contract will be awarded based on these submissions. Interested organizations must demonstrate their qualifications through capability statements, including business size, experience, and NAICS classification. Responses are required to be sent via email, with a stated deadline of April 25, 2025, and must not exceed ten pages. The notice highlights the government's focus on small businesses and sets specifications for the type of suppliers being sought, ensuring compliance with federal requirements for domestic sourcing of PPE. Overall, the notice serves as a preliminary step in assessing market capabilities before potentially issuing a formal solicitation.
Apr 18, 2025, 5:08 PM UTC
The file outlines a contract for the delivery of personal protective equipment (PPE), specifically medical-grade and surgical gloves, compliant with the Infrastructure Investment and Jobs Act (IIJA). Signed into law on November 15, 2021, the IIJA mandates federal agencies like the Department of Homeland Security, Health and Human Services, and the Department of Veterans Affairs to purchase PPE exclusively from American suppliers using 100% American-made components. The National Institutes of Health (NIH) requires a reliable supply chain for these gloves to support mission-critical research and healthcare activities, thus necessitating a two-year minimum contract with options for renewal to foster domestic production. Key requirements include timely delivery, a nationwide distribution capability, and adherence to strict quality standards for various glove types (latex, nitrile, vinyl, etc.). Contractors must provide monthly and quarterly reports on order fulfillment and inventory management. The contract aims to ensure that the NIH and its contractors maintain a resilient supply of high-quality, compliant PPE while effectively managing costs and optimizing procurement processes. This initiative reflects the government's emphasis on supporting domestic manufacturing and enhancing supply chain resilience in public health emergencies.
Apr 15, 2025, 1:05 PM UTC
This document outlines the Statement of Work for a contract focused on the delivery of personal protective equipment (PPE), specifically gloves, compliant with the Infrastructure Investment and Jobs Act (IIJA). The essence of the contract mandates that all PPE must be sourced entirely from American manufacturers and suppliers, aligning with federal requirements to bolster domestic production and supply chains in response to public health needs. The scope includes the provision of medical grade and surgical gloves to the National Institutes of Health (NIH) and other Health and Human Services (HHS) agency customers. The contract terms specify a firm fixed pricing model, emphasizing delivery timeliness, quality assurance, and the possibility of product substitution with government approval. Key requirements involve nationwide delivery capabilities, surge capacities for emergencies, and detailed reporting on inventory. The contract spans an initial two-year base period with options for three additional years. Rigorous performance standards are established, including 100% order fulfillment accuracy and timely reporting. Overall, this procurement initiative represents a strategic move to ensure a resilient domestic PPE supply chain, supporting critical health functions while adhering to federal specifications.
Apr 15, 2025, 2:05 PM UTC
The government is seeking small business sources for personal protective equipment (PPE) through a Sources Sought Notice, with specific emphasis on 100% American-made medical and surgical gloves as mandated by the Infrastructure Investment and Jobs Act. This notice does not signify an obligation to award a contract but aims to assess the availability and capability of qualified small businesses, including those that are HUBZone, service-disabled veteran-owned, or woman-owned. Interested firms are required to submit detailed capability statements highlighting their qualifications, including organization details, business experience, and socio-economic classification as aligned with relevant NAICS codes. The submission process includes email responses by April 25, 2025, to a designated contract specialist, ensuring documentation does not exceed ten pages. Responses will assist the National Institutes of Health (NIH) in determining appropriate acquisition methods and potential set-asides for small businesses. However, the government will not provide feedback on submissions. This initiative underscores the necessity of domestic sourcing for critical healthcare items, aligning with national objectives to bolster American manufacturing and improve public health infrastructure. This document encapsulates the federal government's efforts to engage small businesses in the provision of essential PPE, promoting economic growth and localization of supply chains.
Lifecycle
Title
Type
Nitrile Gloves PPE
Currently viewing
Sources Sought
Similar Opportunities
GLOVES,NITRILE
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of nitrile gloves under the contract titled "GLOVES, NITRILE." This procurement aims to fulfill specific material and physical requirements for the gloves, which are classified under the PSC code 8415 for special purpose clothing. The gloves will be utilized in various defense-related applications, emphasizing the importance of quality and compliance with military standards. Interested vendors should note that the contract includes a total small business set-aside, and proposals must be submitted within 90 days of the solicitation date. For further inquiries, potential bidders can contact Jennifer Henry at 717-605-2172 or via email at JENNIFER.HENRY@NAVY.MIL.
42--GLOVE ANTI-C SZ9
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of commercial gloves identified as "GLOVE ANTI-C SZ9." This procurement aims to secure a fixed-price contract for the supply of these gloves, which are essential for hazardous material spill containment and clean-up operations. The contract will require compliance with various inspection and acceptance standards, including first article testing and quality assurance measures, with a desired delivery timeframe set for June 1997. Interested vendors should direct inquiries to Casey L. Stump at 717-605-4450 or via email at CASEY.L.STUMP.CIV@US.NAVY.MIL, and must ensure their proposals are submitted in accordance with the specified guidelines to be considered for this opportunity.
Gore Medical branded stents (Brand Name restriction)
Buyer not available
The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.
FINIA 2.0 Fill Finish Equipment – Terumo BCT, Inc
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Terumo BCT, Inc. for the procurement of one FINIA 2.0 Fill Finish Equipment unit. This equipment is critical for the preparation and cryopreservation of cellular therapy doses, addressing risks associated with manual processes that could lead to inadequate dosing and severe side effects. The FINIA 2.0 device is uniquely designed to handle volumes from 2 mL to 100 mL while complying with current Good Manufacturing Practices (cGMP), making it essential for the NIH's new Center for Cellular Engineering facilities in Bethesda, Maryland. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 5, 2025, at 9:00 AM (EST).
Q--T-Cell Manufacturing for Protocol 18-H-0012
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for T-Cell Manufacturing related to Protocol 18-H-0012. This procurement aims to fulfill the requirements for biological product manufacturing, which is crucial for advancing medical research and therapeutic applications. The contract falls under the NAICS code 325414, focusing on biological product manufacturing, and is categorized under medical laboratory testing services. Interested parties can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call +1 301 402 5571 for further details regarding this presolicitation opportunity.
Light Duty Utility Gloves
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of Light Duty Utility Gloves, specifically black gloves made in accordance with specification GL-PD-08-12C. This opportunity is set as a 100% total small business set-aside and will result in a firm fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract lasting four years, with a total maximum quantity of 581,940 pairs over the contract's duration. Interested contractors must be registered in the System for Award Management (SAM) and are advised that all materials used in production must be sourced and manufactured within the United States due to domestic restrictions. The solicitation is expected to be posted on or after October 12, 2023, and inquiries can be directed to Vanessa Cirminiello or Clifford Lawson via their provided contact information.
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
Misc Surgical Hand Instruments and Supplies
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking to establish multiple Blanket Purchase Agreements (BPAs) for miscellaneous surgical hand instruments and medical supplies for the Northern Navajo Medical Center in Shiprock, New Mexico. The procurement aims to ensure a reliable supply of medical and rehabilitation supplies on an as-needed basis, with the potential vendors including Trillamed LLC, Sklar Corporation, and Steris Corp, among others. These supplies are critical for the effective operation of healthcare services provided to the Navajo community. Interested vendors capable of meeting the requirements are encouraged to submit their capability statements and price lists via email to Thomasina Willie at thomasina.willie@ihs.gov by April 24, 2025, at 3:00 PM MST, as no further awards will be made unless the needs change.
2 PAM Autoinjectors
Buyer not available
The Department of Health and Human Services, specifically the Biomedical Advanced Research and Development Authority (BARDA), is seeking market information regarding the development and manufacturing of 2-PAM (Pralidoxime) autoinjectors intended for the treatment of organophosphate poisoning, including exposure to nerve agents. The objective is to gather data on the capabilities of businesses to produce FDA-approved autoinjectors, with a requirement to manufacture up to 2 million units that meet Emergency Use Authorization standards by 2027. This initiative is crucial for ensuring effective public health responses to chemical, biological, radiological, and nuclear (CBRN) threats through adequate medical countermeasures. Interested parties must submit their responses, including business and technical representations, by May 14, 2025, and can contact Kevin Dean at kevin.dean1@hhs.gov or Erin Greninger at erin.greninger@hhs.gov for further information.