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
    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
    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.
    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.
    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.
    Similar Opportunities
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    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.
    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.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Inflammatory and Vascular Diseases Scientific Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a contract for Inflammatory and Vascular Diseases Scientific Support to Exonova Biosciences. The procurement aims to secure the services of a highly qualified scientist with extensive expertise in immunology and hereditary autoinflammatory diseases, who will contribute to the NIH's Biomedical and Metabolic Imaging Branch's research initiatives. This contract is crucial for advancing understanding in the fields of inflammation and vascular biology, particularly in relation to metabolic disorders, and is set to commence on January 1, 2026, with a performance period extending through December 31, 2026. Interested parties must respond by December 15, 2025, and can direct inquiries to Kimesha Leake at Kimesha.leake@nih.gov.
    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.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    A--Biologic Specimen and Data Repositories Information Coordinating Center (BioLIN
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking information regarding the Biologic Specimen and Data Repositories Information Coordinating Center (BioLINCC). This opportunity aims to gather insights on the capabilities and qualifications of potential contractors who can support the management and coordination of biologic specimen and data repositories. The services are critical for advancing health research and ensuring the integrity and accessibility of biological data for various studies. Interested parties can reach out to Natalie E. Bruning at natalie.bruning@nih.gov or by phone at +1 301 827 7528 for further details regarding this sources sought notice.
    Laundry Chemical Supplies and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.