SPECIAL NOTICE
66 -- PREVENTIVE MAINTENANCE SERVICE AGREEMENT ENVIRONMENTAL SOFWARE EQUIPMENT
- Notice Date
- 6/18/2013
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIH-OLAO-OD-2994259
- Archive Date
- 7/13/2013
- Point of Contact
- Van V. Holley, Phone: 301-594-9439
- E-Mail Address
-
holleyv@od.nih.gov
(holleyv@od.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a notice of intent. This is not a request for a proposal or quote. A solicitation document will not be issued and proposals or quotes will not be requested. The National Institutes of Health, Office of Logistics and Acquisition Operations, OLAO intends to negotiate on a sole source basis on behalf of the National Eye Institute under the authority of FAR 13.106-1(b)(1) and FAR 6.302-1(a)(2)(iii). The proposed sole source acquisition is for Edstrom Industries. The purchase is for preventive maintenance service on environmental equipment software. The equipment will receive preventive maintenance service twice per year. This includes verification, calibration, adjustment, repair and/or replacement of worn/defective parts due to normal use and conditions. The contractor shall perform all inspections, test, serive and maintenance activities. The contract shall cover installation of parts during the length of the agreement. The contractor shall have full and free access to the equipment for servicing during normal working hours. The period of performance shall be for twelve months beginning July 23, 2013 thru July 22, 2014. This notice of intent is not a request for competitive quotations; however, any quotation received within ten (10) calendar days of the issuance of this notice will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may submit their company's detailed capabilities statement, and references. Interested parties shall include, in writing, the company name, address, point of contact, telephone number, and business size; a statement regarding their capabilities and qualifications; and any additional supporting literature. If no affirmative responses are received within 7 calendar days of this notice to determine whether a qualified source is more advantageous to the Government, the order will be issued to Allentown, Inc. The North American Industry Classification System (NAICS) for this requirement is 811219 and the size standard is $19M. Responses to this notice must be received no later than 1:00 PM, Eastern Standard Time, June 28, 2013. This notice of intent is not a request for competitive proposals, quotes or a solicitation of offers. The point of contact for this action is Ms. Van Holley, Contract Specialist, 6011 Executive Blvd., Room 537-B, Rockville, MD 20852, email: holleyv@od.nih.gov. The National Institutes of Health, Office of Logistics and Acquisition Operations, OLAO requires that all contractors doing business with OLAO must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.sam.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html. The government now encourages all contractors to submit their Certification and Representation (ORCA) thru the on-line System for Award Management (SAM). The SAM is the single source for vendor data for the federal government. Contractors should go on-line at www.sam.gov. Award will not be made to any contractor that is not registered in CCR and SAM. Responses should be sent to Ms. Van Holley, Contract Specialist, 6011 Executive Blvd., Room 537-BC, Rockville, MD 20852. This procurement is to be processed using Simplified Acquisition Procedures in conjunction with FAR Part 12 Commercial Item Acquisition of Commercial Items. There is no solicitation package available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD-2994259/listing.html)
- Place of Performance
- Address: BLDG 49 CONTE BETHESDA MAIN CAMPUS, SILVIO O. CONTE BLDG, 49 CONVENT DRIVE, BETHESDA, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN03092455-W 20130620/130618234857-8e1c825719f9f7a1646d7ac5f7e22c08 (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 |