SOLICITATION NOTICE
63 -- Wireless Environmental Monitoring System
- Notice Date
- 3/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- RFQ-NCI-100027-AV
- Archive Date
- 4/14/2010
- Point of Contact
- Ashley L. Virts,
- E-Mail Address
-
virtsa@mail.nih.gov
(virtsa@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI) requires the following system. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being accepted and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-100027-AV includes all applicable provisions and clauses in effect through FAR FAC 2005-38 (February 2010) simplified procedures for commercial items. The North American Industry Classification Code is 334513 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. This requirement is a total small business set aside. Requirement: The contractor shall provide a Wireless Environmental Monitoring System to be used in The Clinical Research Center (CRC) located in Building 10 on the Main Campus of The National Institutes of Health (NIH) to monitor the various NCI equipment including, but not limited to: -80 degree freezers, LN2 freezers, walk-in cold boxes, CO2 incubators, -20 freezers and refrigerators which house many of the samples currently used for research and critical for future research towards the mission of the entire NCI. Delivery: Contractor shall be able to deliver an operational system within 2 months after award. Contractor Requirements/Installation: The Contractor shall provide all labor, material and equipment necessary for a complete functional wireless environmental monitoring system to monitor the various NCI freezers listed above. Contractor must provide onsite calibration of all sensors and provide input qualifications & calibration and operation qualification (IQ/OQ) documentation of environmental monitoring system to NCI staff one (1) month prior to installation. Installation will occur immediately following the two (2) month delivery date as specified. The system must be able to retrieve data from both hard wired and wireless sensors. The system must accommodate a minimum of 134 freezers, incubators and walk-in cold boxes up to a maximum of 500. The system must be expandable in order to add new equipment as necessary. There shall be no additional charge for adding or removing equipment to or from the system by the Contractor with the exception any new probes or sensors associated with the addition of new equipment. All of the equipment is located on the NIH Bethesda campus throughout Building 10. The system shall be able to monitor temperature sensors, flood sensors, humidity sensors, CO2 sensors, or oxygen sensors. The system shall automatically notify specified personnel in the event of a sensor that has gone out of range. The system shall identify that the correct person has acknowledged the notification through a password protected response. The system must be active 24 hours a day, seven days a week. The government shall assign security access levels to various groups of employees to include administrative level, supervisor level and general user level access. Employees must be able to independently add or remove monitored points, adjust monitoring parameters, and call list data without using the services of the contractor. The system must be flexible so that the government may relocate the monitored equipment within the system area without using the services of the contractor. The contract shall be for a minimum of 134 freezers total. Each freezer is considered a monitoring point. The freezer temperatures and temperature ranges consist of the following: • 89 minus 80 degree freezers: (High Range -60, Low Range -90 degrees) • 5 minus 70 degree freezers: (High Range -60, Low Range -90 degrees) • 5 minus 20 degree freezers: (High Range -10, Low Range -40 degrees) • 2 minus 86 degree freezers: (High Range -60, Low Range -90 degrees) • 33 LN2 Liquid Nitrogen Freezers (High Range -130, Low Range -210 degrees) Minimum System Qualifications: Ability to wirelessly monitor all points on the system to allow for future flexibility of location for each point should it become necessary to move a freezer from one location to another. Government shall be able to relocate any point from room to room within each building or between buildings where compatible systems exist without any required assistance from the manufacturer or its representatives, so long as the new location is already covered by the wireless network. Government shall be able to make all necessary changes to hardware or software to make any such move work without additional cost to the government. Government shall be able to limit access to specific inputs based on department or group level, be expandable to monitor additional points up to a maximum of 500 as needed as requirements change without substantial upgrades to the overall system. This expandability is to include the ability of the system to expand to additional buildings within the NIH network. The system should be remotely monitored by Government personnel through their own Windows based computers both at home and at work. Remote monitoring is to include the ability to see point temperatures in real time and the ability to inhibit alarms. Government shall be able to monitor and make changes to their own equipment, or equipment they are authorized to have access to, but not monitor or change other equipment on the system. The system must be capable of providing different levels of access which are granted to different staff. The system shall be able to log data even if the NIH network is down which includes the ability to automatically notify users even if the building network fails with a minimum of three dialers to limit dialing delays resulting from simultaneous failures. In addition, have the ability to contact system administrators in the event of a major component failure; indicate the location of points on floor plans which can be uploaded by a system administrator (NCI staff) without assistance from the manufacturer or its representatives. Data shall be presented in graph format for both historical and real time data. This data will be stored within the monitoring system. The system must be able to generate a report with specified start dates/times for a specified duration on the dates/times; for example, the ability to look at a 4 hour block of time for a specified input or group of inputs. The system shall automatically contact NCI users by telephone and/or e-mail when a point is outside of its parameters. Call lists shall be time and day dependent. Call lists shall be established by the NCI System Administrators once the system is installed. Government personnel consist of four major components based on the following access capabilities: System Administrators...Up to 5 personnel - access to the entire system. High-level users...20 to 40 - access to all freezers within specific branch. Mid-level user...90 to 100 - access to freezers within specific lab or group. Low-level users...400 to 500 - access to specific personal freezers. Payment: Payment shall be made after delivery and installation of equipment. One invoice shall be submitted following inspection of the Project Officer for review and acceptance. Payment shall be made one time and Contractor shall invoice in accordance with Invoice and Payment Provisions attached to purchase order. QUOTATIONS ARE DUE: March 30, 2010 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008) FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (August 2009) FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (March 2009) FAR Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (February 2010). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: Far Clause 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) Far Clause 52.222-3 Convict Labor (June 2003)(E.O. 11755) Far Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies (August 2009)(E.O. 13126) Far Clause 52.222-21 Prohibition of Segregated Facilities (February 1999) Far Clause 52.222-26 Equal Opportunity (March 2007) Far Clause 52.225-1 Buy-American Act Supplies (February 2009) Far Clause 52.232-33 Payment by Electronic Funds Transfer- Other than Central Contractor Registration (October 2003) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Ashley Virts, Contract Specialist at virtsa@mail.nih.gov. OFFERORS: Offers shall be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered in and have valid certifications in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Application (ORCA) (http://orca.bpn.gov). Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on March 30, 2010. Please refer to solicitation number RFQ-NCI-100027-AV on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-100027-AV/listing.html)
- Record
- SN02092530-W 20100317/100315234945-8ad759e6d27c1cf364c8b7c1328ff6c8 (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 |