Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2013 FBO #4277
SOLICITATION NOTICE

66 -- Upgrade to Existing Rees Scientific Monitoring System - Package #1

Notice Date
8/8/2013
 
Notice Type
Presolicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
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
HHS-NIH-NHLBI-CSB-(HL)-2013-215-DDC
 
Archive Date
8/27/2013
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval (J&A) Statement of Work (SOW) INTRODUCTION: THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the of the Division O Intramural Research (DIR), Intramural Administrative Management Branch (IAMB) (NHLBI), intends to negotiate and award a purchase order on a noncompetitive sole source basis without providing for full and open competition to Rees Scientific 1007 Whitehead Road Ext., Trenton< N.J. 06838 to procure Upgrade to Existing Rees Scientific Monitoring System. Procurement: General 1. The system as described shall be installed, tested, and delivered to the owner in first class condition. The system will include all required hardware, software, and wiring to accomplish the requirements of the Statement of Work. 2. All installation personnel shall be fully qualified by the manufacturer to install systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The contractor shall provide proof that the installation personnel meet these requirements. 3. Contractor must have legal access to applicable software licenses and must be supplied during service and upgrades. Vendor must also supply only new hardware components/modules. Annual maintenance must also include the latest software release at the time of validation. 4. The contractor must have previous experience working with and installing equipment into laboratories. 5. The contractor shall be a currently certified ISO 9001 company. Existing System Components to be Removed 1. (3) nodes 2. (17) MPX panels 3. (78) hard wired point located in Building 50 New System Upgrade - Hardware Specifications 1. Environmental monitor with the following features: a. (1) node license capable of monitoring a minimum of (128) inputs, including (16) input licenses with additional licenses available that can be groups in groups of (16), capable of expanding up to minimum of (4) total node licenses. b. Able to operate on existing facility server. c. Compatible with existing wireless and buffering MPX-RMT panels, as necessary. d. (1) Telephone dialer with the capacity to accept minimum of (4) total dialers. e. Multi-user network for minimum of (10) users, capable of expanding to minimum of (50) users. f. Validation kit with applicable software. 2. (78) Universal Wi-Fi 802.11b/g/n wireless transmitters for (1) input. Transmitters shall have the following features: a. Capable of accepting any industry standard sensor. b. Provides 12 bit analog to digital conversion accuracy. c. Buffers minimum of 7 days of readings history recorded at maximum of (5) minute intervals. d. AC powered with battery backup. e. Power outage alarm. f. Frequency Band: ISM 2.4 GHz g. Protocols: 802.11b/g/n h. Encryption: WPA-PSK and WPA2-PSK i. Channels: 14 channels 3. (78) Wall mountable transformers with electrical input/output as required by transmitters. New System Upgrade - Software Specifications 1. Environmental monitor software with the following features: a. Ribbon bar navigation layout b. Tabbed programming menus c. High graph quality d. Incorporation of (4) facility floor plans (CAD files) e. Easy monitor report generation f. Automated push reporting g. Access to the system via web browser software from PCs, tablets or smart phones New System Upgrade - Integration with Existing NIH WLAN 1. Contractor shall supply NIH CIT with a complete list of all required device MAC addresses. Background: The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The NHLBI stimulates basic discoveries about the causes of disease, enables the translation of basic discoveries into clinical practice, fosters training and mentoring of emerging scientists and physicians, and communicates research advances to the public. It creates and supports a robust, collaborative research infrastructure in partnership with private and public organizations, including academic institutions, industry, and other government agencies. The Institute collaborates with patients, families, health care professionals, scientists, professional societies, patient advocacy groups, community organizations, and the media to promote the application of research results and leverage resources to address public health needs. The NHLBI also collaborates with international organizations to help reduce the burden of heart, lung, and blood diseases worldwide. An essential service required by this group is to maintain critical research and reagents at their assigned temperatures. It is also required by FDA current Good Manufacturing Practices (cGMPs) that certain research be able to document the proper storage of components stored at room temperature, under refrigeration and in -20C to -80C and LN2 freezers. Purpose and Objective: The NHLBI is currently in need of upgrading and fully validating the existing Rees Scientific equipment monitoring system and alarm system for their laboratory facilities located in Building 50 on the NIH Bethesda, MD campus. The upgrade will greatly increase future flexibility and capabilities of the monitoring system. The upgrade will consist of trading out an existing node but using other Rees components currently in place. In addition, the new system must include features such as the "Buddy Watch", alarm function and the ability to add V2 - 2.4 GHz & Wi-Fi 802.11b/g/n wireless transmitters that buffer data every 5 minutes with 7 days of memory. Anticipated Delivery: Estimated delivery: (8) weeks from date of Notice to Proceed Justification: Refer to attached Statement of Work and Justification and Approval Regulatory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source, only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION Industry Classification (NAICS) Code is 333999, All Other Basic Organic Chemical Manufacturing Services and the Small Business Size Standard is 500 employees. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001). The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-69 (August 1st 2013). This requirement is under the SAT of $150,000.00. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 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. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by August 12, 2013, 11:00 am eastern standard time and must reference synopsis number HHS-NIH- NHLBI-CSB-(HL)-2013-215-DDC, may be submitted to the National, Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6142, Bethesda, Maryland 20892-7902, Attention: Deborah Coulter. Response may be submitted electronically to coulterd@nhlbi.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HL)-2013-215-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03143062-W 20130810/130809000227-6477b3b84efb603e3beda0209ba0219d (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.