Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOLICITATION NOTICE

J -- MAINTENANCE AGREEMENT AND REMOTE MONITORING SERVICE FOR CONTROL EQUIPMENT AND SOFTWARE IN A SCIENTIFIC ENVIRONMENT

Notice Date
6/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIH-NIDDK-07-152
 
Response Due
6/20/2007
 
Archive Date
7/5/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-07-152 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification (NAICS) Code is 811219 with a size standard of $6.0M. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. THIS WILL BE A BASE PLUS 2 YEAR OPTION CONTRACT. The National Institutes of Health (NIH) National Institute Diabetes and Digestive and Kidney Diseases (NIDDK) have a requirement to procure maintenance and remote monitoring services (in a scientific environment) for maintained equipments installed by Siemens Building Technologies. The maintained equipments are: (Quantity of 1) Apogee software with 1 license; (Quantity of 3) Mechanical equipment controllers; Serial/Model# 3528; (Quantity of 9) 8 analog expansion units, Serial/Model# 3529; (Quantity of 110) Freezer, incubator sensors, Serial/Model# 9901, (Quantity of 1) Reno software, Serial/Model# 3195 and (Quantity of 1) Modular Equipment Controller; Serial/Model# 3383. The software services to include: (1) Annual software updates to develop, furnish and install Apogee Software updates to maintain or improve present performance within the functional capabilities of your system; (2) Annual documentation updates, to provide Apogee software documentation updates as they become available; (3) Graphics creation, to create or modify Apogee graphics in order to ensure that the software interface continues to meet your needs; (4) Graphics backup, provide back-up Apogee graphics database two times per year. Reload the graphics database from current backup copy, in the event of hardware failure; (5) Field Panel Database/System File Backup, provide for each field panel database and system file four times per year. In the event of memory loss, will reload the database from current backup copy; (6) Field Panel Diagnostics, perform field panel diagnostics, analyze the results and make recommendations to optimize building control performance within the functional limits of your system and (7) Software Consultation, provide software consultation to assist the operator(s) in identifying, verifying and resolving software problems found in executing the tasks for which they have received training. The System Performance Services to include: (1) On-line troubleshooting, we will provide system and software troubleshooting and diagnostics via modem. Will furnish and install the necessary on-line service equipment to enable the local office to remotely log-on to your system via regular voice grade dial-up phone line provided by NIDDK; (2) Operator support, will provide consultation to assist the operator(s) in identifying, verifying and resolving problems found in executing the tasks for which they have received training. (3) System Preventive Maintenance, will perform preventive maintenance in accordance with a program of standard maintenance routines as determined by experience, equipment application and location and the manufacturer?s recommendations; (4) Corrective Maintenance and Component Replacement, will repair or replace failed or worn components to minimize obsolescence and to maintain your system in peak operating condition, will upgrade equipment by systematically modernizing existing components as may be necessary. Components that are suspected of being faulty may be repaired or replaced in advance to prevent system failure. Labor and material costs are included within the scope of this technical support program only for the maintained equipment listed in this announcement; Account Management, will provide a dedicated account engineer to coordinate the delivery of service and offer technical assistance for engineered control strategies and implementation of the quality assurance program and Calibration, will calibrate and validate each freezer sensor once per year. Emergency Service Options to include: (1) Provide emergency services between schedules preventive maintenance calls, Monday, Sunday, including holidays, 24 hours per day to minimize downtime. Emergencies will be determined by NIDDK and the contractor. (2) On-Line Response, will respond via modem within two hours for corrective maintenance during the emergency call window specified. If remote diagnosis determines a site visit is required to complete troubleshooting procedures, we will be on-site within the response time selected below and (3) On-Site Response, will be on-site to provide emergency service within four hours. Non emergency calls as determined by NIDDK and the contractor will be incorporated into the next scheduled preventive maintenance visit. Documentation and Quality Assurance to include: (1) Documentation of Service Provided, will document each on-line and on-site service call to furnish you with a copy showing time, date and a brief description of activity. Work orders for on-site system preventive maintenance will list the inspection date, individual to report to, equipment identification, equipment location, work to be performed and any special instructions and (2) Quality Assurance Program, will meet with you to evaluate system performance and your satisfaction with the quality that is being provided under you technical support program. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors ? Commercial items; 2) FAR Clause 52.212-2, Evaluation -Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance; each is considered to be of equal importance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer?s Name and Telephone Number 7. Program Manager?s Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications- Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items; 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items- Deviation for Simplified Acquisitions. The Duns & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis of June 6, 2007. The quotation must reference Solicitation number# NIH-NIDDK-07-152. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Institute of Diabetes and Digestive and Kidney Diseases, 6707 Democracy Blvd., Room 765B, Bethesda, Maryland 20892, Attention: Tina Robinson. Faxed copies will not be accepted.
 
Record
SN01311326-W 20070608/070606220528 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.