Laundry Services and Rental of Protective Apparel for National Institute on Alcohol Abuse and Alcoholism (NIAAA) Animal Facility
ID: 75N94025Q00055Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NICHDBETHESDA, MD, 20817, USA

NAICS

Industrial Launderers (812332)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 9:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for laundry services and the rental of protective apparel for the National Institute on Alcohol Abuse and Alcoholism (NIAAA) Animal Facility. The contractor will be responsible for providing up to 400 lab coats, managing weekly laundering services, and ensuring compliance with health and biosecurity standards essential for animal care research. This contract, structured as a total small business set-aside, spans a base year from May 1, 2025, to April 30, 2030, with four optional extensions, and requires interested parties to submit their proposals electronically by 5:00 PM (EST) on April 9, 2025, to Jacob Balenson at jacob.balenson@nih.gov. All respondents must have an active registration in the System for Award Management (SAM) and adhere to federal guidelines regarding sustainable products and services.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 6:05 PM UTC
The National Institute on Alcohol Abuse and Alcoholism (NIAAA) requires laundry services and rental of protective apparel for its animal facility, crucial for adhering to health and biosecurity standards in animal care research. The project aims to support the Division of Intramural Clinical and Biological Research (DICBR) and ensures compliance with various federal and institutional regulations regarding animal welfare. The contractor must provide up to 400 lab coats, manage weekly laundering services, and ensure quality and sanitation throughout the process, including specific loss/damage protections. The contract is structured as a Firm Fixed-Price Purchase Order with a performance period spanning from May 1, 2025, to April 30, 2030, plus four optional extensions. Contractors are required to follow strict guidelines for the separation of clean and soiled items, effective pest control, and tracking of laundered items to maintain compliance and quality assurance. Deliveries and pickups must occur at specified times, with provisions for emergency services. The NIAAA Project Officer will oversee the contract, ensuring timely service and quality control. This solicitation highlights the importance of maintaining hygiene and regulatory compliance in animal research environments.
The National Institute on Alcohol Abuse and Alcoholism (NIAAA) requires laundry services and rental of protective apparel for its animal care facilities to ensure compliance with health and welfare standards. The project involves a contract for cleaning and maintaining lab coats, essential for preventing contamination in the animal research environment. The contractor is responsible for renting unisex lab coats and managing a weekly laundry schedule that includes pick-up of soiled items and delivery of cleaned apparel. The contract covers a base year (2025-2026) with four optional years. The contractor must maintain proper sanitation protocols, provide detailed monthly reports documenting laundry performed, and ensure high standards of infection control. The procurement process follows federal guidelines to ensure quality service and compliance with relevant animal welfare laws. The NIAAA prioritizes maintaining a clean and hygienic environment for the health of its research animals through this service.
The document outlines the Offeror Representations and Certifications required for federal contracting related to commercial products and services, with a focus on various small business classifications and compliance criteria. Offerors must complete specific sections based on their registration status in the System for Award Management (SAM). Key definitions include those for small businesses, veteran-owned businesses, economically disadvantaged women-owned small businesses, and more. The document emphasizes the importance of truthful representations regarding ownership, compliance with labor laws, and adherence to federal requirements concerning forced labor, tax liabilities, and procurement of domestic products. It also addresses sensitive technology and restrictions related to business operations in Sudan and Iran. Offerors need to certify their compliance with these provisions to qualify for federal contracts, ensuring transparency and accountability in government procurement processes. This extensive framework aids contracting officers in assessing eligibility and ensuring that awarded contracts align with regulatory standards and socio-economic goals.
The document outlines the contract terms and conditions mandated for the procurement of commercial products and services as per the Federal Acquisition Regulation (FAR) guidelines, specifically under the clause 52.212-5. It lists various FAR clauses incorporated by reference, emphasizing compliance with federal laws and executive orders. Key components include prohibitions on specific vendors and products (e.g., Kaspersky Lab), conditions on subcontractor sales, and employee rights protections such as whistleblower rights. It also covers expectations for accelerated payments to small business subcontractors, reporting requirements, and labor standards under various federal statutes. Notably, the contractor is not required to flow down every FAR clause to subcontracts, only select mandatory clauses ensuring adherence to obligations related to ethics, labor standards, and opportunities for small businesses. The document serves to ensure that federal contracts align with statutory requirements and foster equitable practices in federal procurement processes.
Apr 7, 2025, 6:05 PM UTC
The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," part of federal procurement regulations established under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It requires Offerors to disclose whether they provide or use covered telecommunications equipment or services in contracts with the government. It highlights essential definitions, outlines prohibitions on procuring specified equipment or services, and mandates Offerors to conduct inquiries regarding their use of such services. The representation process includes detailed disclosure requirements if an Offeror indicates using covered equipment or services. Additionally, the document instructs Offerors to check the System for Award Management (SAM) for entities excluded from federal awards for these concerns. Overall, this provision aims to ensure national security by restricting government contracts with entities connected to specified telecommunications risks.
The document outlines the "Sustainable Products and Services" clause applicable for federal contracting as mandated by various environmental statutes. It defines key terms such as "biobased product" and "recovered material" and elaborates on sustainable purchasing requirements based on directives from agencies like the USDA and EPA. The clause mandates the use of products made from recovered materials, energy and water-efficient products, biobased products, and compliant chemicals under federal purchasing programs. Contractors must ensure that the sustainable products and services specified are delivered to the government and incorporated into respective projects. These must align with applicable standards during the submission of quotes or offers and meet the EPA's Recommendations as of October 2023. The document also mentions the Green Procurement Compilation as a resource for identifying sustainable products and acquiring relevant guidance. This initiative emphasizes the federal government's commitment to sustainability within procurement processes, aiming to support environmental goals while fulfilling agency needs.
The document outlines the Invoice and Payment Provisions for government contracts, specifically focused on the National Institutes of Health (NIH) requirements and the transition to the Invoice Processing Platform (IPP). It establishes the criteria for proper invoices, mandating specific information such as contractor details, invoice dates, unique identifiers, payment descriptions, and necessary tax information. Sellers must ensure compliance to avoid invoice rejection, and timely payment practices must be adhered to, typically within 30 days of receipt of a proper invoice or acceptance of goods/services. Provisions include automatic interest penalties for late payments and obligations for contractors to expedite payments to small business subcontractors after receiving government funds. Additionally, it mandates electronic submission of payment requests, primarily via the IPP, with allowances for alternatives under certain circumstances. This document is essential for ensuring compliance with federal contractual obligations and promoting efficient payment practices within government-funded projects.
Apr 7, 2025, 6:05 PM UTC
The solicitation 75N94025Q00055 seeks proposals for laundry services and protective apparel rental for the National Institute on Alcohol Abuse and Alcoholism (NIAAA) Animal Facility. This initiative supports the Division of Intramural Clinical and Biological Research's programs, ensuring biosecurity and proper healthcare for laboratory research animals. The contractor will perform tasks both on-site and off-site, with the contract structured as a total small business set-aside under NAICS code 812332. Responses are due by April 7, 2025, and must adhere to specified submission guidelines, including being firm-fixed-priced and including information on the contractor's qualifications and past performance. Evaluation will be based on technical capability, price, and past performance. The contract spans a base year plus four optional annual extensions, with the anticipated start date on May 1, 2025. Interested parties must register in the System for Award Management (SAM) and submit bids electronically, reinforcing the government's commitment to transparency and fair competition in public procurement processes.
The document is an amendment to Solicitation 75N94025Q00055, detailing questions and responses related to lab coat procurement for government use. Key points include the requirement for lab coat text labeling to be positioned on the left chest with “OLAS” as the mandatory text. While no specific font size or style is mandated, readability is emphasized. Acceptable labeling methods include embroidery, screen-printing, or sewn patches. Fabric material requirements allow traditional options such as 100% cotton or blended polyester/cotton. The government will provide designated storage for the coats, requiring that they be folded. The solicitation does not currently have an incumbent as it is a new requirement. Offerors are asked to propose a quantity of lab coats, with a recommended total of 400 based on current usage, which is to keep 200 on-site. Pricing submission should be as firm-fixed prices for the base year and four option years, but there is no specific pricing template. The response submission deadline is set for 4/9/2025, at 1700 (EST). This document serves to clarify requirements and expectations for potential contractors responding to the RFP.
Lifecycle
Title
Type
Similar Opportunities
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
Signatures of aging outcomes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform comprehensive immunohistochemistry analysis of 2,184 mice tissue samples as part of a project aimed at building proteomic signatures of aging outcomes. The contractor will be responsible for a full histological analysis, including tasks such as tissue trimming, cassette preparation, paraffin embedding, sectioning, staining, and imaging, with deliverables due within one year from the date of award. This procurement is critical for advancing the understanding of aging through rigorous scientific analysis, and the anticipated contract will be awarded as a firm fixed-price purchase order. Interested parties must submit their proposals by April 22, 2025, at 3:00 PM Eastern Daylight Time, to Rashiid Cummins at Rashiid.Cummins@nih.gov.
Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
monitoring and alarm services for the sample storage equipment
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source contract with Rees Scientific Corporation for ongoing monitoring and alarm services for sample storage equipment at the NIAID Integrated Research Facility in Frederick, Maryland. The procurement aims to ensure continuous monitoring of critical laboratory freezers, refrigerators, and incubation chambers that maintain the integrity of select agent samples and other research materials, which are vital for studying emerging infectious diseases. This contract will cover essential services including parts replacements, software and hardware support, and calibration services for the proprietary Rees monitoring system, which is crucial for maintaining operational safety and compliance in biosafety level laboratories. Interested vendors may submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 22, 2025, at 5:00 PM ET, with all submissions requiring prior registration in the eSASS system.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
CARD Masters of Professional Studies (MPS) Fellowship Program
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive contract for the CARD Masters of Professional Studies (MPS) Fellowship Program. This procurement involves providing educational services for six students enrolled in a Master’s in Data Science program, including specific courses in data analysis and bioinformatics, with all credits being transferrable to the University of Maryland Baltimore County. The anticipated award date is April 30, 2025, and interested parties must submit their proposals by 9:00 a.m. Eastern Standard Time on April 21, 2025, to Kevin Alvarez at kevin.alvarez@nih.gov. The contract is expected to be a firm fixed-price purchase order, with a performance period of twelve months.
Nitrile Gloves PPE
Buyer not available
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.
In Vitro Assessments of Antimicrobial Activity
Buyer not available
The National Institutes of Health (NIH), through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program, aimed at evaluating the therapeutic potential of compounds against various infectious agents. This solicitation encompasses multiple task areas, including assessments of bacteria, fungi, viruses, parasites, and the development of culturing techniques for difficult-to-grow pathogens, thereby enhancing the understanding and treatment of infectious diseases. The initiative is critical for advancing public health and ensuring preparedness against emerging infectious threats, with a contract value ranging from $2,500 to $15 million, and proposals due by April 24, 2025, at 3:00 PM EDT. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.
Liquid Nitrogen to Autofill
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide liquid nitrogen autofill services for freezer storage tanks at its facilities. The procurement involves checking and refilling liquid nitrogen levels in two storage tanks located at designated buildings, with services required twice a week to ensure uninterrupted nitrogen flow for research purposes. This contract is crucial for maintaining the integrity of biological samples and research materials, and it includes a base period of one year with four optional renewal periods. Interested vendors must submit their quotes by 9:00 am Eastern Time on April 23, 2025, to Verne Griffin at verne.griffin@nih.gov, with the solicitation number NICHD-75N94025Q00063 guiding the submission process.
Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified contractor to perform proteomic analyses of dementia and related phenotypes as part of the Atherosclerosis Risk in Communities (ARIC) Study. The primary objective is to engage a Biostatistician with expertise in analyzing large cohort datasets to assess the impact of immune and vascular risk factors on brain health, particularly concerning Alzheimer's disease. This project is crucial for advancing research on aging and improving health outcomes in older populations. Proposals are due by April 21, 2025, with the anticipated contract period running from May 8, 2025, to May 7, 2026. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.