SOLICITATION NOTICE
M -- Environmental Monitoring
- Notice Date
- 9/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NLM-09-223-KDP
- Archive Date
- 10/10/2009
- Point of Contact
- Kimberly Pringle, Phone: 301-496-6546
- E-Mail Address
-
kp271m@nih.gov
(kp271m@nih.gov)
- Small Business Set-Aside
- N/A
- 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 contained in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through September 10, 2009 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-36. The North American Industry Classification System Code is 334512 and the business size standard is 500. This is not a 100% small business set-aside. The National Library of Medicine (NLM) intends to contract, on a sole source basis, with Siemens Building Technologies Inc., 1000 Deerfield Parkway, Buffalo Grove, Illinois. The purpose of this effort is to provide services for maintenance and calibration of the environmental monitoring system which is currently installed. NLM anticipates that award will be made on or about September 28, 2009. The period of performance will be for one year from date of award. The place of performance will include NIH and offsite (including contractor facility). The Contractor shall provide for the System at NLM (Building 38): (1) annual software updates; (2) annual documentation updates; (3) graphic back-ups; (4) software consultation; (5) Calibration services shall be provided annually and the corrosive metal coupons within the corrosion sensors will be replaced once a year; (6) at the storage facility at 301 N. Stonehouse, Siemens Building Technologies will provide complete remote monitoring of the environment temperature, humidity, and water detector sensors. Pursuant to section 4202 of the Clinger-Cohen Act of 1996 as set forth in the Federal Acquisition Regulation (FAR) at 13.501(a)(1)(ii), Siemens is the only known source that is capable of fulfilling this requirement. The Facilities Manager at NLM has identified Siemens as having the requisite experience, knowledge and skills to perform this work as the monitoring and temperature control equipment is built on a Siemens platform system. This is not a request for competition. However, if any interested party believes it can perform the above requirement, it may submit a statement of capabilities. Vendors must demonstrate satisfactory work for clients of comparable size and collection complexity to NLM. The statement of capabilities and any other furnished information must be in writing and must contain material in sufficient detail to allow NLM to determine if the party can perform this requirement. Capability statements must be received in the contracting office by 3:00 PM EDT September 25, 2009. Faxed and emailed capability statements are NOT authorized. Questions regarding NLM-09-223-KDP must be submitted in writing to Kimberly D. Pringle at pringlek@mail.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). The contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The following clauses and provisions shall apply to this acquisition and may be obtained from the web site: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-2, Evaluations – Commercial Items (January 1999); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (August 2009) with DUNS Number Addendum [52.204-6 (April 2009)]; FAR 52.212-4, Contract Terms and Conditions – Commercial Items (March 2009); FAR 52.212-4, Addendum to Clause for Year 2000 Compliance (July 1997); and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (August 2009).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-09-223-KDP/listing.html)
- Place of Performance
- Address: 8600 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01962941-W 20090922/090920233402-1b2a4651d271caeb86003123d1f27544 (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 |