Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

J -- Maintenance Service -Freezer Monitoring System - Statement of Work

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHNLM2015479
 
Archive Date
6/3/2015
 
Point of Contact
Linda E Smith, Phone: 3018277788
 
E-Mail Address
linda.smith2@nih.gov
(linda.smith2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW 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 NIHLM2015479 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 2005-72. The North American Industry Classification (NAICS) Code is 334290 with a size standard of 750 employees. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK performs research studies on digestive and kidney diseases. The office of Intramural Research Administrative Branch intends to acquire a one year Maintenance Service Agreement of a freezer monitoring system in Building 8 at the National Institutes of Health. This system will provide annual validation/ calibration to ensure that the freezer system is validated and compliant. This service provides vital protection of invaluable research specimens collected from research studies being conducted by the National Diabetes Digestive and Kidney Disease (NIDDK) in building 8. This solicitation is being processed using FAR Part 13 (Simplified Acquisition Procedures), and as a Commercial Item under FAR Part 12. In addition, offers will be evaluated using procedures from FAR Part 52.212-2 (Evaluation of Commercial Items - January 1999). After review and evaluation, the Contracting Officer will make the selection on a Best Value to the Government. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. This service is to be set up as a single acquisition. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. Project Requirements This procurement for a maintenance agreement ensures that the company makes the scheduled checks of the system, updates the computer system which controls the alarm system as needed, and provides prompt response time of the service technician should the system require repair. Scope of Work: 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. 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) should be on site within 4 Hours with the rare exception where new parts are required from the factory. 3. Should the power fail or temperature rise out of the safe range, the RSC technician shall assure that the freezer alarm system electronically notifies the appropriate person (s) on duty by telephone, e-mail and pager. The RSC technician shall also assure that the system in programmed to notify one or more scientists if needed by telephone or e-mail. This notification is needed to ensure that someone responds to the alarm condition. 4. Vendor shall perform an annual Installation Qualification/Operational Qualification test of the freezer alarm system in Bldg. #8. All system inputs will be verified and calibrated, or existing customer calibrations certified as appropriate. 5. Vendor must provide proof from Rees Scientific Corporation that it has legal access to RSC 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 from RSC at the time of validation. Currently this release is Presidio Version 3.0. 6. All Rees Scientific warranties would be void if services were performed by non-authorized service providers. Services include: 1. Annual On-Site IQ/OQ Validation 2. Current Software Validation Manual 3. Software updates to current version(Presi dio Version 3.0) 4. Calibration of all temperature & humidity sensors with NIST traceable device 5. On-Site training at the time of validation 6. 24/7/365 telephone technical support 7. On-Site service that includes new parts and labor Qualifications of the Installer: 1. All installation personnel shall be fully qualified by the manufacturer (Rees Scientific) to install or work on systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The winning contractor shall provide notarized documentation from Rees Scientific Corporation that the installation personnel meets the above requirements. 2. Vendor must have legal access to Rees Scientific software licenses and must be supplied during service and upgrades. Vendor must also supply only new hardware components/modules. Maintenance must also include the latest software release Presidio Version 3.0 from Rees Scientific at the time of validation. 3. Vendor must be ISO 9001:2000 certified. 4. Vendor must have local technicians (located within 20 miles of campus) and be able to respond to emergency requirements within 2 hours or less. Period of Performance : The maintenance agreement would have a one year period of performance from the date of award. Interested firms with the capability of providing the required items/service are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) Code 334290 with a business size standard of 750 or less employees. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. Your capability statement, not to exceed 15 pages, should include references. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offeror(2)s - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System For Award Management (SAM) http://www.sam.gov Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis May 19, 2014 at 11:00 a.m. EST. Offeror(s) shall provide an original and two copies of your quotation. The quotation must reference Solicitation number NIHLM2015479. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: Linda Smith. Faxed copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHNLM2015479/listing.html)
 
Place of Performance
Address: Bethesda Main Campus, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03723357-W 20150509/150507234709-4258aea8ebcf8292094ba51ed3906348 (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  © 1994-2020, Loren Data Corp.