SOURCES SOUGHT
J -- Maintenance and Repair Services for the Automated Rodent Cage Bedding Handling System
- Notice Date
- 5/27/2015
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2015-410
- Archive Date
- 6/20/2015
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE Solicitation Number:HHS-NIH-NIDA-SSSA-SBSS-2015-410 Title: Maintenance and Repair Services for the Automated Rodent Cage Bedding Handling System Classification Code: J - Maintenance, Repair, & Rebuilding of Equipment NAICS Code: 811219 - Other Electronic and Precision Equipment Repair and Maintenance Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Animal Health Care Section (AHCS) is a component of NINDS, which is tasked with providing veterinary care, management, and oversight responsibilities for the Shared Animal Facility (SAF). The Building 35 SAF has an automated rodent cage bedding handling system manufactured by Roe Biomedical Products, Inc. This system is an essential component in the efficient handling of the daily and weekly rodent cage processing volume. The automated rodent cage bedding handling system consists of a vacuum bedding removal component (Roe Model # VBRS 9400) which assists in the removal of soiled cage bedding material from individual rodent cages, and a vacuum bedding dispensing component (Roe Model # VBDS 4900) which assists in the dispensing of clean hardwood chip bedding material into clean rodent cages. Individual system components are outlined in the following table. Equipment DescriptionEquipment Serial NumberInstallation YearLocation Building/Room Number Roe Vacuum Bedding Removal System (Model # VBRS 9400 (Includes the Following Listed Components) Roe Bedding Dump Station #1SCD113007-1201335/BB-103 Roe Bedding Dump Station #2SCD113007-2201335/BB-103 Roe Bedding Disposal Discharge ModuleRDS113007201335/Loading Dock/Outside Roe Vacuum Bedding Dispensing System (Model # VBDS 4900 Roe Bulk Bedding HopperN/A200535/GA-805 Roe Bedding Dispenser/Cage Inverter #11048200535/BB-104 Roe Bedding Dispenser/Cage Inverter #290344-01-54201335/BB-104 Purpose and Objectives: The purpose of this acquisition is to award a multi-year service agreement for the equipment listed in the table above. Scope of Service. The contractor will provide preventive maintenance, emergency repair services, and parts for the Roe Automated Rodent Bedding Handling (Roe Model # VBRS # 9400 and the Roe Model # VBDS # 4900), which is composed of the six (6) pieces of bedding handling equipment listed in the Equipment Description table shown above. a)Parts. The service agreement will cover all parts, and the labor to install those parts, for system malfunctions during the course of the period of performance. Parts coverage must also include revisions and upgrades to all controller software that is integral to the operation of each piece of equipment at no additional charge. Unless the project officer approves otherwise, all parts must be available for installation within 24 hours. b)Preventive Maintenance (PM). The service agreement will cover two (2) PM service visits per machine, per year. Preventive Maintenance shall not be performed in conjunction with any service calls. The contractor will follow the manufacturer's (Roe) recommended checklists for providing PM service to the equipment, and provide adjustment and calibration services in accordance with the manufacturer's recommendations. c)Minimum Performance Expectation. The contractor shall ensure that each of the six (6) pieces of the Roe bedding handling system listed in the above schedule will be functional and operational a minimum of 80% of each week. d)Experience. The contractor must have documented 3 years' of experience performing a service contract for a Roe automated rodent cage bedding handling system, or a system similar in scope to the equipment listed in the Equipment Description table above. e)Levels of Support. The service agreement will provide the following levels of support. Level 1 Support. Level 1 Support will be used for initial documentation, troubleshooting, and resolution of identified equipment malfunctions and issues. The contractor must have a system in place to receive telephone calls from the Project Officer (PO) or designee. When the contractor is closed for business, a system for leaving a message and call back by a qualified service engineer must be in place. A callback by a qualified service technician must be received by the PO or designee within one (1) hour after receiving a call for service. The contractor must have a qualified service technician available for on-call and emergency service issue resolution during periods when the service provider is otherwise closed for business. Troubleshooting and resolution of the reported problem will begin once telephone contact has been established between the government and the service provider's qualified service technician. If the qualified service technician determines that the reported equipment issue or malfunction cannot be resolved by troubleshooting steps over the telephone, the qualified service technician will immediately escalate the issue(s) to Level 2 Support. Level 2 Support. This Level will require that a qualified service technician visit the government site to perform additional troubleshooting, adjustment, calibration, repair, or replacement of parts on the affected equipment. The qualified service technician must arrive at the government site within four (4) business hours of escalation from Level 1 support, if the affected equipment is either inoperable or operation of the equipment poses a safety issue for government personnel. If the four (4) business hour window extends beyond the normal working hours of the government, a qualified service technician must arrive at the government site by 7:00 am on the government's next business day. The government expects that the contractor's service technician will continue working to resolve the issue or issues until the machine(s) are operational and the repairs have been tested and verified. If issue(s) cannot be effectively resolved on the first business day the service technician arrives at the government site, the government expects that the service technician will return on the next business day or subsequent consecutive business days until the machine(s) are operational and the repairs have been tested and verified. Period of Performance Multi-Year Service Agreement ElementsPeriod of Performance Base YearAugust 1, 2015 thru July 31, 2016 Option Year 1August 1, 2016 thru July 31, 2017 Option Year 2August 1, 2017 thru July 31, 2018 Option Year 3August 1, 2018 thru July 31, 2019 Option Year 4August 1, 2019 thru July 31, 2020 Capability statement /information sought: The respondent's response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to fifteen (15) page limit. The 15-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondent's technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically (facsimile responses are NOT accepted ) to: Andriani Buck Contract Specialist NIH/NIDA/SSSA Andriani.buck@nih.gov The response must be received on or before June 5, 2015, 8:00 AM (EST). Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2015-410/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9000 Rockville Pike, 35 Convent Drive, Building 35 Shared Animal Facility, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03744229-W 20150529/150528000205-fd0fd434aff2862ced2e56aefe5d401b (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 |