Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2013 FBO #4121
SOLICITATION NOTICE

J -- Maintenance agreement (hardware & software) for a Rees Scientific Centron SQL monitoring system.

Notice Date
3/5/2013
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2013-082-RMD
 
Archive Date
3/26/2013
 
Point of Contact
Renee Dougherty, Phone: 301-435-7920, Lisa Portner, Phone: 3014350326
 
E-Mail Address
dougherr@nhlbi.nih.gov, Lisa.Portner@nih.gov
(dougherr@nhlbi.nih.gov, Lisa.Portner@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a pre-solicitation / notice of intent synopsis for a sole source noncompetitive (including brand-name) award to Rees Scientific Corporation for hardware and software maintenance services. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), on behalf of the National Institute of Dental Craniofacial Research (NIDCR), intends to negotiate and award a purchase order on a sole source noncompetitive basis for a maintenance agreement on a Rees Centron SQL monitoring system to Rees Scientific Corporation, 1007 Whitehead Road EXT, Trenton, New Jersey 08638. BACKGROUND The requirement is to acquire annual validation / calibration maintenance services for a freezer monitoring system located in Bldg #30 of the National Institutes of Health (NIH). This service is needed to provide vital protection of valuable research specimens collected from research studies being conducted by the National Institute of Dental Craniofacial Research (NIDCR). The work to maintain this system has been performed by Rees Scientific Corporation (RSC) since the initial installation of the freezer monitoring system in 2006 under the following previous acquisitions: Contract Number Period of Performance Vendor HHSN268201000076P 01/13/2010 - 01/12/2013 Rees Scientific Corp. HHSN268200800099P 11/01/2007 - 10/31/2010 Rees Scientific Corp. PERIOD OF PERFORMANCE The period of performance will consist of a twelve (12) month base period followed by two (02) consecutive twelve (12) twelve month option periods. PROJECT DESCRIPTION This is a follow-on requirement, wherein the contractor shall provide a hardware and software maintenance agreement on a Rees Centron SQL monitoring system located in Building 30 of the main NIH campus (9000 Rockville Pike, Bethesda, Maryland 20892). This agreement includes the following: • Annual On-Site IQ/OQ Validation • Current Software Validation Manual • Software updates to current version (2.0 build 1015) • Calibration of all temperature & humidity sensors with NIST traceable device • On-Site training at the time of validation • 24/7/365 telephone technical support • On-site service that includes new parts and labor The contractor shall perform scheduled checks of the system, including updating the computer system software, which controls the alarm system, and provide 24/7/365 tech support, and issue a service technician should the system require repair. Task 1: Perform annual validation, calibration, and maintenance of existing system setup. The contractor shall review and check all system panels and ports. Maintenance shall include software updates, annual measurements of system functionality and connection status. Provide alarm alerts and means of obtaining graphical reports and all other needs commonly associated with environmental management. Task 2: Provide 24 hours per day and seven days per week monitoring of the equipment associated with the alarm system by a technical support group. During an emergency, the RSC technician(s) usually be on site within 4-Hours with the rare exception where new parts are required from the factory. Task 3: Contractor shall perform an annual Installation Qualification/Operational Qualification test of the freezer alarm system in Bldg #30. Contractor shall perform onsite training and all system inputs will be verified and calibrated. Other considerations: 1. All current Rees Scientific warranties would be void if services were performed by non-authorized service providers. 2. Contractor must provide proof from Rees Scientific Corporation that it has legal access to RSC software licenses and must be supplied during service and upgrades. 3. Contractor must also supply only new hardware components/modules (including V.2 Wireless 2.4 GHz transmitters). 4. Annual maintenance must also include the latest software release from RSC at the time of validation. Currently this release is Centron SQL Software version 2.0 build 1015. "No exceptions will be accepted". Deliverables: Current Software Validation Manual and latest software release: Centron SQL Version 2.0 build 1015. JUSTIFICATION Rees Scientific Corp. is the sole manufacturer of the Rees Centron SQL monitoring system hardware and software installed in Bldg #30. The software that runs the monitoring system is proprietary to Rees Scientific Corp as they are the developers and own the source code. No other companies have software rights or are authorized by Rees Scientific to work on their systems. Upgrading of software is included in the proposed contract and must be done by Rees Scientific in order to maintain product warranty. Current Version is 2.0 Build 1015. Due to the proprietary nature of the system, which includes software updates, new replacement parts, licenses, and patents covering the intricate designs of the instruments, no other known sources are authorized or possess the knowledge necessary to maintain and validate the monitoring system. There are currently no other manufacturers and resellers of this service. The product requiring maintenance can not be replaced without another expensive investment in product analysis, transfer, installation, and implementation. The cost and time required for a new manufacturer to install a new system is not in the best interest of the government. REGULATORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) as set forth in FAR Part 6.302-1(b), only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION The North American Industry Classification Code (NAICS) is 811219 and the Size Standard is $19.0M. This notice of intent is not a request for competitive proposals. This announcement constitutes the only notice; proposals are not being requested and a written solicitation will not be issued. The determination by the Government to award a purchase order on a noncompetitive, sole source basis for a hardware software maintenance agreement to Rees Scientific Corporation is based upon the market research conducted in accordance with one or more of the techniques specified in FAR Part 10-Market Research, Subpart 10.002(b)(2). Any information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a future competitive procurement. Interested parties may identify their interest and capability for any future competitive procurement by responding to this notice in writing, no later than March 11, 2013, 9:30 a.m., EST. Responses to this notice shall contain sufficient documentation to establish the interested parties' bona-fide capabilities for fulfilling the requirement. All responses must reference this pre-solicitation / notice of intent number NHLBI-CSB-(DE)-2013-082-RMD and may be submitted electronically to the Contracting Specialist at Dougherr@nih.gov or by mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902, Attention: Renee Dougherty.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2013-082-RMD/listing.html)
 
Place of Performance
Address: National Institites of Health, 9000 Rockville Pike, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03003863-W 20130307/130305234725-4c8e703d39b48f65f1afd55d2a8233cf (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.