Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2014 FBO #4743
SOLICITATION NOTICE

J -- System Preventative Maint/Performance/Monitoring

Notice Date
11/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NICHD-15-006
 
Archive Date
12/11/2014
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.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 included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-15-006 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-75. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $19m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to procure on a sole source basis with Siemens Industry, Inc. - 6435 Virginia Manor Road - Beltsville, MD a one year preventative maintenance agreement for remote monitoring services of equipment/components and software services (in a scientific environment) for the animal facilities (Bldg 6B, NIH campus) and all aquatic facilities across the NIH main campus in Bethesda, MD. Equipment and software to be maintained and monitored: Equipment: Quantity: Modems5 EACH Monitor1 EACH PC Workstations2 EACH Dot Matrix Printer1 EACH Apogee Ethernet Modules5 EACH Digital Point Unit1 EACH Modular Building Controller1 EACH Pump Control Relays16 EACH Sump Level Sensors5 EACH Immersed Temperature Sensors13 EACH AOP Transducers2 EACH Control Valves2 EACH Solenoid Valves4 EACH Mechanical Equipment Controllers10 EACH Mechanical Equipment Controllers Point Blocks5 EACH Apogee Software1 EACH InfoCenter Software1 EACH Uninterruptable Power Supplies8 EACH Alarm Panels 3 EACH Services to Include (not limited to) The software services to include: (1)Annual software updates (2)Annual documentation updates (3)Graphics creation (4)Graphics backup (5)Field Panel Database/System File Backup (6)Software Consultation The System Performance Services to include: (1)On-line troubleshooting (2)Operator support (3)System Preventive Maintenance (4)Corrective Maintenance and Component Replacement (5)Account Management Emergency Service Options to include: (1)Provide emergency services (2)On-Line Response (3)On-Site Response Documentation and Quality Assurance to include: (1)Documentation of Service Provided (2)Quality Assurance Program Account Management Siemens is the sole manufacturer and servicer for the Seimens APOGEE and INFOCENTER software. Siemens Industry manufactured and installed all equipment and software for the monitoring and functions for all aspects of the aquatic systems. This includes but not limited to water quality, pump function, dosing modes and temperature. All these factors maintain the health and environment of the species housed in the aquatic facilities. Therefore it is critical that the services, etc being proposed must be able to adequately work/function with the existing equipment's and software, etc. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the specified services in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be ten (10) calendar days from the publication date of this synopsis or by November 26, 2014 by 10 am, EST. via email or postal mail. The quotation must reference "Solicitation number" NICHD-15-006. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5C01, Bethesda, MD 20852. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-15-006 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the SAM database @www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NICHD-15-006/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03574714-W 20141119/141117234344-fb27050696961444d893dd29bcc5e7c1 (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.