Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOURCES SOUGHT

J -- Request for Information / Sources Sought / Request for Capability Statements - Preventive maintenance and repair of Washer Equipment

Notice Date
1/15/2009
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
RFI-RTP-NC-01-15-2009
 
Archive Date
2/14/2009
 
Point of Contact
Kyle A Turner,, Phone: 919-541-5763
 
E-Mail Address
turnerky@mail.nih.gov
 
Small Business Set-Aside
N/A
 
Description
NAICS is 811219 The objective of this RFI is to obtain capabilities statements, based upon the requirements outlined above, from all small businesses interested in this opportunity. Respondents should identify any information they consider to be sensitive or proprietary. Responses will assist the Government in determining whether to set-aside, restrict competition in some way or solicit offers from all responsible sources. All interested businesses are hereby invited to submit a capabilities statement of no more than 10 pages (not including past performance information) to demonstrate their ability to provide the services outlined above. The capabilities statement should be tailored to this request and identify the source(s) capabilities to complete the requirements listed above, including information on key staff experience, a description of experience with similar projects, and present and past performance information. For each reference listed include the name of a contact person, telephone number, e-mail address, type of contract awarded and date. In addition to addressing the requirements listed above respondents must provide information concerning gross revenue, number of employees in company, number of years in existence and primary focus of business. In order for the NIH to assess acquisition strategy and set-aside possibilities, interested parties shall also include a cover letter that includes company name, points of contact, telephone numbers, fax numbers, e-mail addresses, prime or sub-contractor interest, and identifies the company as one or more of the following: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; (6) veteran-owned small business; (7) service-disabled veteran-owned small business. Please note: This Sources Sought/RFI is not a Request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this Sources Sought/RFI or otherwise pay for the information requested. Response to the request will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. Address responses to: All responses to this Sources Sought/RFI must be received by 4:00 P.M. EST on January 30, 2009 Point of Contact: Kyle A. Turner, Contracting Officer, turnerky@mail.nih.gov Background: The National Institute of Environmental Health Sciences (NIEHS) is one of 27 Institutes and Centers of the National Institutes of Health (NIH), which is a component of the Department of Health and Human Services (DHHS). The mission of the NIEHS is to reduce the burden of human illness and disability by understanding how the environment influences the development and progression of human disease. To have the greatest impact on preventing disease and improving human health, the NIEHS focuses on basic science, disease-oriented research, global environmental health, and multidisciplinary training for researchers. LOCATION: NIEHS is located on 375 rolling acres of rhododendron, oak and pine in Research Triangle Park (RTP). RTP, a science and technology hub was created by the state of North Carolina between Raleigh, Durham and Chapel Hill. NIEHS' main administrative offices and laboratories are on a large lake. Objective: The purpose of this RFI is to determine potential sources to acquire preventive maintenance and repair of washer equipment. The contractor will have frequent contact with the project officer who is responsible for all work accomplished under this contract. Adequately fulfilling the requirements of this contract demands frequent on-site visits by the contractor. The potential contactor may already be servicing the North Carolina or be in close proximity or plan to establish service in the area. The performance location of the NIEHS site: 111 TW Alexander Drive, Research Triangle Park, Durham, North Carolina, 27709. Capability Statement: The capability needed to meet these requirements have traditionally been provided through contractual relationships with firms that specialize in providing service to the specified equipment. Services are required throughout the performance period of the contract to include the following DRAFT - STATEMENT OF WORK: The services the Contractor shall provide specifically include those tasks described or specified herein. However, the performance as described and specified shall not be deemed to constitute a detailed specification having the effect of excluding other needed work not specifically mentioned that will be necessary for the successful completion of this project as generally described. The Contractor is required to furnish all effort necessary to successfully fulfill the overall objectives set out in this Contract. General Requirements The Contractor shall provide all personnel, labor, supervision, materials, parts, tools, equipment, expertise, and other necessary services to perform preventive maintenance and repair to the equipment listed in the equipment List of the Contract. The contractor shall be responsible for all controlling devises attached to or part of the equipment from the disconnecting mean and the facility utility systems. (Example: hydraulic, pneumatic, electrical, etc.) All requirements are located at the National Institute of Environmental Health Sciences, Research Triangle Park, and NC. All work shall be performed during regular Government working hours of 8:30 a.m. to 5:00 p.m., exclusive of Government recognized holidays. Any variation of work time shall be requested to and approved by the Project Officer in advance. Before work is started, the Contractor shall confer with the Project Officer to arrange a work schedule satisfactory to the Government. The Contractor shall comply with all Institute regulations incorporated herein governing the occupied premises and shall perform the Contract in such a manner as not to interrupt or interfere with the conduct of Government business. The Contractor shall adhere to all parking rules and regulations governing the use of the premises. Definitions Preventive Maintenance - Scheduled checks and services (including, but not limited to, adjustments, cleaning, calibration, inspection, and equipment servicing) of installed equipment at intervals recommended by the manufacturer or standards within the industry to ensure proper and efficient operation with minimum breakdowns, deterioration, or other deficiencies. Preventive maintenance shall include repairs or other actions taken to correct deficiencies discovered during preventive maintenance inspections. Repairs - Restoring any and all breakdowns of equipment on the equipment list to it's designed operating capability by replacement or restoration of parts and material to manufacturer's specifications. Personnel Qualifications The Contractor shall provide only trained personnel with experience in repair, maintenance, and installation of the equipment types listed herein. Supervisors should have a minimum of four years experience on equipment of the type listed. Technicians should have a minimum of two-year experience on equipment of the type listed. Policies The Contractor shall require all employees to sign in on arrival at NIEHS and sign out when departing NIEHS. Each employee shall sign in and out personally. The location for signing in and out is in Building 101, the first floor of Module "B", South Campus. Parking for the Contractor's employees shall be in accordance with the NIEHS policies, unless directed otherwise by the Project Officer. The contractor shall require employees to follow dress out policies in effect where applicable. Name Badges Each Contractor employee working at the Institute shall wear a name badge, easily readable, prominently displayed, which shall include the person's name and the Contractor's name. List of Contacts The Contractor shall provide the Project Officer within two (2) days of Contract award with a list of the personnel and their telephone numbers or other means of contacting the appropriate persons for repair services at any time during the day. This information shall be updated as necessary by the Contractor so as to be current and accurate at all times. The contractor or contract employee shall notify the project officer immediately upon arrival to the N.I.E.H.S. campus and prior to departure. Specific Performance Requirements - The Contractor shall provide the following services: Preventive Maintenance The contractor shall provide and perform preventive maintenance (PM).The manufacturer's recommended maintenance schedule shall be used. The PM Equipment Check Sheets may be used as a supplement to the manufacturer's recommended PM schedule with approval of the Project Officer. PM Check sheets The Facilities Management Section (FMS) has prepared PM equipment check sheets for the equipment listed in The Equipment List. The Contractor's preventive maintenance effort shall include, as a minimum, accomplishing all the checks specified on the check sheets for the specific equipment being serviced. Copies of these check sheets will be provided to the Contractor FMS staff before the due date in order for the Contractor to perform the work. The Contractor shall accomplish the preventive maintenance and submit the completed check sheets to the Project Officer by the last day of the month for which the checks are scheduled. The Contractor shall conform to the equipment check sheets and use manufacturer specification performs the preventive maintenance task. Schedule and Advance Notice of Preventive Maintenance The Contractor shall provide the Project Officer with a schedule of the intended dates for accomplishing equipment preventive maintenance. The Contractor shall notify the equipment users not less than 48 hours in advance of performing the scheduled preventive maintenance. All work shall be scheduled to be performed at a time convenient to the user, unless directed otherwise by the Project Officer. Repair Service The Contractor shall perform all repairs as required to restore equipment to optimum operating performance. The Project Officer will notify the contractor of equipment that has broken down and in need of repair. Notice of repairs shall be placed by the Project Officer or designee. The Contractor shall be on site and initiate repairs to the equipment listed herein within 24hours (one-work days) after a call has been placed by the Project Officer or designee. The Contractor shall restore equipment to service as soon as reasonably possible. For equipment expected to be out of service for extended periods of time, the Contractor shall provide the Project officer with a written report of the repair problems, the steps the Contractor has taken to remedy them, and the expected time that the equipment shall be returned to service. A written update to this report shall be made as often as the Project Officer requests the report. Repair requirements shall not be accumulated or backlogged. Each repair accomplished shall be a complete repair. Temporary repairs will not be allowed unless specifically approved by the Project Officer in advance. Clear justification for temporary repairs must be provided in writing and accepted by the Project Officer in order to obtain approval. Replacement Parts and Services The Contractor shall furnish all necessary repair parts and materials for maintenance and repair of equipment listed herein at no additional cost to the Government. The Contractor shall provide and install manufacturer's approved parts for repairs. Repair parts used by the Contractor shall be warranted for one year. Equipment shall be maintained by the contractor to the manufacturer's specifications and technical updates shall maintain equipment, unless authorized otherwise in writing by the Project Officer. All parts furnished and workmanship performed by the Contractor shall be of a high quality and acceptable to the Government. The Contractor shall immediately rectify unacceptable work at no cost to the Government. Service Reports The Contractor shall provide a service report to the Project Officer upon completion of all repair work. The report shall identify the equipment to be repaired, the location of the equipment, the printed name of the technician making the repair, the start date and time of the repair, the completion date and time of repair, the signature of the Contractor's service technician who made the repair, and the signature of the equipment user verifying that the equipment is repaired and operational. A copy of the signed service report shall be left with the NIEHS official responsible for the equipment under repair. The Contractor shall forward a copy of each service report to the Project Officer immediately upon completion of the service. General Work Performance The Contractor shall restore the work site to its original condition. This clean up shall include disposal of the empty containers, packing materials and debris. All components and hardware shall be removed or otherwise disposed of. All spills shall be removed and the surface cleaned. The Contractor shall not create or allow existing any safety or fire hazard. Government provided dumpsters may be used for disposal of this waste material except metals parts and components. All non-burnable material must be removed from the Institute by the Contractor. The Project Officer may direct disposal of the metal parts and components or other items as required. The Contractor shall comply with all hazardous waste disposal requirements. Equipment List "D" Basement MTP= Custom Machinery Corporation Loc. - D-004 Model - #2100 D- Cage, rack, and utensil washer Girton Washer Loc. - D-004 Model - #CT1536 Serial - #97092301 Girton Washer Loc. - D-004 Model - #CT1536 Serial - #97092302 Girton Bottle Washer Loc. - D-004 Serial - #01026435 CLEAN SIDE Girton Bedding Dispenser Loc. - D-029 Model - #BD8036 Serial - #97100602 Girton Bedding Dispenser Loc. - D-029 Model - #BD8036 Serial - #97100603 Girton Bottle Filler Loc. - D-029 Serial - #7707193 Model - # EQ82 Equipment List "E" Basement Girton Washer Loc.-E-010 Model-#CT1536 Serial-#97092501 Rack Washer Loc. - E-010 Model - #80-0 Serial - #77071911 Bottle Washer Loc. - E-010 Model - #G12245 Serial - #77071914 CLEAN SIDE - E-019 Girton Bedding Dispenser Loc. - E-019 Model - #BD8036 Serial - #97100604 Girton Bottle Filler Loc. - E-019 Serial - #77071932 Glassware Equipment D-118 Glassware Washer Loc. - D-118 Model - #GW5000 Serial - #89-3765 Glassware Washer Loc. - D-118 Model - #AB8000 Serial - #90-3931 Glassware Washer Loc. - D-118 Model - #AB8000 Serial - #85-1828
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b760b6e0a5e5438c5f6e63b427521bda&tab=core&_cview=1)
 
Place of Performance
Address: Kyle A. Turner, Senior Contracting Officer, National Institutes of Health, Office of Acquisitions – ORF, Facilities Services Contracting Branch, P.O. Box 12233, 111 T. W. Alexander Dr., bldg 102, room S158B, Research Triangle Park, NC 27709, (919) 541-5763, turnerky@mail.nih.gov, Durham, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN01733596-W 20090117/090115220551-b760b6e0a5e5438c5f6e63b427521bda (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.