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
    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.
    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.
    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.
    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.
    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
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    84--GLOVES,CHEMICAL PRO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of chemical protective gloves, specifically NSN 8415011382500. The solicitation includes multiple line items with a total quantity of 10,000 units to be delivered to Peckham Inc. within 163 days after order. These gloves are critical for individual protection in various defense operations, ensuring the safety of personnel in hazardous environments. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    A--Study Coordinating Center for Lung Health Cohort
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking small businesses to participate in a Sources Sought notice for the establishment of a Study Coordinating Center for the Lung Health Cohort. The objective of this procurement is to identify qualified entities that can provide research and development services in the health sector, particularly focusing on lung health. This initiative is crucial for advancing understanding and treatment of lung-related health issues, which have significant implications for public health. Interested parties can reach out to Lynn M. Furtaw at lynn.furtaw@nih.gov or call +1 301 435 0330 for further information regarding this opportunity.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    Support Services for Two National Information Clearinghouses
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking support services for two National Information Clearinghouses. The procurement aims to provide a range of communications services, including public inquiry response, materials development and dissemination, database and website management, meeting support, graphic design, and outreach activities, all in alignment with the mission of the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). These services are crucial for effectively managing and disseminating information to the public and stakeholders. Interested parties can contact Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this opportunity.
    NCI OA Special Notice of Subcontract Opportunity at the Frederick National Laboratory for Cancer Research
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), has issued a Special Notice regarding subcontracting opportunities at the Frederick National Laboratory for Cancer Research (FNLCR). This opportunity focuses on the need for laboratory assays and services to assess cytokines in nasal mucosa samples for up to nine phase 1 trials and two phase 2 trials related to the NextGen COVID-19 vaccine program, which is critical for advancing the National Institute of Allergy and Infectious Diseases (NIAID) mission. The FNLCR, operated by Leidos Biomedical Research, Inc., plays a vital role in cancer and AIDS research, and this notice aims to inform potential subcontractors of the requirements without constituting a formal solicitation. Interested parties can reach out to Tara Phillips at tara.phillips@nih.gov for further details regarding Solicitation/RFP No. S26-111, with a response date set for January 14, 2026.
    Operation and Maintenance of a Murine Pathogen-Free Mouse Breeding Facility
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for the operation and maintenance of a Murine Pathogen-Free Mouse Breeding Facility. This procurement aims to ensure the facility operates efficiently, providing essential support for research involving pathogen-free mice, which are critical for various biomedical studies. The contract will be managed under the PSC code R707, indicating a focus on management and support services. Interested parties can reach out to Sevag Kasparian at Sevag.Kasparian@nih.gov or 240-669-5177, or Gabriel Contreras at gabriel.contreras@nih.gov or 240-292-4828 for further details regarding the opportunity.
    42--STEAMBLOCK GLOVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of the STEAMBLOCK GLOVE, identified by NSN 4210014765017. The requirement includes a quantity of 429 units, which are to be delivered to DLA Distribution San Diego within 95 days after the order is placed. These gloves are critical for fire, rescue, and safety operations, ensuring personnel are adequately protected in hazardous environments. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    Notice of Intent to Sole Source – Stemcell Technologies
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to StemCell Technologies Inc. for the procurement of EasySep cell separator kits for the Department of Laboratory Medicine at the NIH Clinical Center. These kits are essential for use with RoboSep instruments currently utilized in the laboratory, and StemCell Technologies is the sole manufacturer capable of meeting the specific clinical and research requirements of the department. Interested parties may express their interest and capabilities regarding this procurement, but the government retains discretion over the decision not to compete the requirement. Comments and inquiries should be directed to Kristin Nagashima at kristin.nagashima@nih.gov by December 19, 2025, at 12 PM EST.
    MasterControl Software-as-a-Service for Electronic Quality Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure MasterControl Software-as-a-Service (SaaS) for its Electronic Quality Management System (eQMS) to support the Clinical Quality Management System (CQMS) at the National Institute of Allergy and Infectious Diseases (NIAID). This procurement is intended to ensure compliance with federal and international regulations by managing controlled documents and quality processes related to clinical trials sponsored by NIAID. The MasterControl software has been utilized since 2019 and is critical for managing documentation, training, and regulatory audits, with a contract period of performance from January 1, 2026, to December 31, 2026. Interested vendors may submit their capabilities statements to Linda Smith at linda.smith2@nih.gov within 10 days of this notice, as the government intends to award a sole source contract based on the unique capabilities of MasterControl Solutions.