SOURCES SOUGHT
J -- Preventative Maintenance and Repair Services to Government-Owned Packard
- Notice Date
- 4/10/2008
- Notice Type
- Sources Sought
- Contracting Office
- National Institutes of HealthNational Institute of EnvironmentalHealth SciencesResearch Triangle ParkNC27709
- ZIP Code
- 27709
- Solicitation Number
- NIHES2008041
- Response Due
- 4/21/2008
- Point of Contact
- PaulaPier,, Phone: 919-541-2616
- E-Mail Address
-
pierp@niehs.nih.gov
- Description
- The National Institute of Environmental Health Sciences (NIEHS), located at Research Triangle Park, NC, is one of the 27 Institutes and centers composing the National Institutes of Health. Human health and human disease result from three interactive elements: environmental exposures, individual susceptibility and time. The NIEHS mission is to reduce the burden of human illness and dysfunction from environmental exposures by understanding each of these elements and how they interrelate. NIEHS achieves its mission, in part, through basic and applied research into the effects of environmental exposures on biological systems and human health, on the identification of susceptible human sub populations and on the interaction between the environment, genetics, and age. Government-owned Packard instruments are used to conduct basic and applied research. Preventive maintenance and repairs for these instruments is provided for under contract, which will expire on June 30, 2008. The NIEHS intends to continue this service and the purpose of this announcement is to identify potential small business sources. The requirement includes furnishing personnel, labor, facilities, equipment, tools, parts, materials, and supplies to provide to provide preventive and emergency maintenance, inspection, repair and relocation of Government-owned Packard instruments. The contractor shall possess the necessary Nuclear Regulatory Commission Licenses in accordance with the Code of Federal Regulations, Title 10, Part 20, to replace, purchase and dispose of radioactive sources. The contractor personnel must be qualified and have experience in the repair and maintenance of the equipment to be serviced. Preventive maintenance includes a minimum of two preventative maintenance visits a year, to be made semiannually. The contractors inspection system must include a method for identifying deficiencies in the quality of service performed before the level of service becomes unacceptable, as well as specify the areas to be inspected on a scheduled and unscheduled basis. Emergency maintenance response is required within one workday of Governments notification, on a 24-hour a day basis, including weekends and holidays. The contractor shall be responsible for performing all repairs required to restore instruments to optimum operating capacity. Relocating instruments includes providing services necessary to relocate and re-install, and assure the researcher that the instrument is operating at optimum capacity. The Government will be responsible for arrangements to transport an instrument. Instruments to be covered by the proposed contract have been under continuous maintenance following expiration of the respective warranties. The proposed contract will include provision for adding or deleting instruments within limits throughout the performance period. Currently, the following instruments are covered: Radioactive Flow Detector, Model 610TR, SN 432972; Radioactive Flow Detector, Model C515, SN 111167; Liquid Scintillation Counter Model 4430, SN 85051; Tissue Oxidizer Model 307, SN 4247771; Radioactive Flow Detector Model 500TR, SN 414604; Flow Scintillation Analyzer, Model 150TR, SN 422920; Flow Scintillation Analyzer, Model 150TR, 422921; Liquid Scintillation Counter, Model 4430, SN 36395; Liquid Scintillation Analyzer, Model A2900TR, SN 422919; Liquid Scintillation Analyzer, Model 2800TR, SN 432878; Liquid Scintillation Analyzer, Model 2900TR, SN 424145; Liquid Scintillation Analyzer, Model 1600TR, SN 400238; Liquid Scintillation Counter, Model 3100TR, SN 431432; Liquid Scintillation Counter, Model 2500TR, SN 426536; Liquid Scintillation Counter, Model 500TR, SN 426537; Radioactive Flow Detector, Model D515, SN 420803; and Liquid Scintillation Analyzer Model 2020, SN 85674. Period of Performance: It is anticipated that the period of performance will be five (5) years, base year with four (4) option years. All interested small businesses are invited to submit a capabilities statement of not more than 10 pages (not including past performance information). The capability statement should be tailored to this notice and specifically address the companys capabilities to provide the services outlined above and the companys experience. Additionally, the response must include past performance information on Government (including GSA or other GWAC) and non-government contracts and the dates those contracts were held. The cover letter submitted in response to this notice should include 1) company name, address, point of contact, telephone number, fax number, email address; 2) DUNS number; 3) the socioeconomic status of the company, i.e., small business concern, 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, and/or service-disabled veteran-owned small business; and 4) Small Business Certification, if any. The applicable NAICS code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the size standard is $6.5 million. All questions should be sent in writing via e-mail and received before the due date for response. Respondents will not be notified of the results of the evaluation. Capability Statements will not be returned. Firms are advised that this notice is not a Request for Proposals (RFP). The notice shall not be construed as a commitment by the Government to issue a solicitation or to ultimately award a contract on the basis of this notice or responses thereto. No reimbursement will be made for any costs associated with providing information in response to this notice. Responses to this notice will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. The sole purpose of this notice is to assess the capabilities and interests of small business concerns in performing these services so that a determination can be made on whether or not this requirement will be set-aside for small business. Once that determination has been made, a presolicitation or solicitation notice will be posted. Responses must be received no later than 4:00 PM (Eastern Daylight Time), April 21, 2008, by either post office mail or email only, to the following address: NIH/NIEHS, OM, OA, CBC, Nottingham Hall, MD-NH-09, P.O. Box 12874, Research Triangle Park, NC 27709 (Physical address: 4505 Emperor Blvd, 2nd Floor, STE 245, Durham, NC 27703). Attention: Paula Pier (919) 541-2616, pierp@niehs.nih.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57e19a261ae064c00119e9c957cfdf51&tab=core&_cview=1)
- Record
- SN01551894-W 20080412/080410220946-57e19a261ae064c00119e9c957cfdf51 (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 |