Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2016 FBO #5493
SOURCES SOUGHT

N -- Centron Equipment Monitoring Package & Installation

Notice Date
12/5/2016
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2017-068
 
Archive Date
12/25/2016
 
Point of Contact
Stacey M Polk,
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
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: Alarm monitoring is critical to ensure that valuable research materials are stored or subjected to optimal environmental conditions, such as temperature, humidity, or gas concentration. The National Center for Advancing Translational Sciences (NCATS) currently utilizes the Rees Scientific Centron system, a computerized network system that centrally monitors multiple, critical facilities and equipment, and maintains important research and reagents at their assigned temperatures and/or other operational parameters. Purpose and Objectives: The purpose of this contract is to provide equipment to be installed in conjunction with the new Stem Cell Translation Lab (SCTL), located in Bldg. B within 9800 Medical Center Dr., wherein the necessary infrastructure of remote panels and wired data ports are lacking. Contractor Requirements: Contractor will provide all necessary labor and materials for the complete installation of the Rees Scientific monitoring system as specified in the proposal. This will consist of: 1.Provisioning and installing three additional remote panels in a shared enclosure at designated location; configuring the panels with an unique static IP address and establishing a link to the existing node PC (creating new Node #3) 2.Running all necessary wires from remote panels to customer-specified equipment locations. Wiring will be routed in drop ceiling and fished through drywall, and then terminated in a junction box with appropriate face plate 3.Monitoring probe will be installed in equipment, and then connected to the wall plate 4.The input will be programmed to customer parameters, so that the operational parameters and emergency contact info is as requested 5.Each added input will be validated for proper operation, utilizing an Installation and Operational Qualification (IQ/OQ) protocol devised by Rees Scientific specific to the type of input used Qualifications of the system 1.The Presidio Centron environmental monitoring system shall be capable of supporting up to 512 inputs. 2.All remote panels must be capable of logging and buffering seven days of readings history recorded at five minute intervals. 3.Hard wired temperature sensors and dry contacts are compatible with existing hardware. 4.System must be capable of providing a pre-alarm notification feature that allows end-users to respond to potential alarm conditions before it's an actual logged event. 5.Main monitoring node must provide power outage notification, dead man alarms, watchdog timers, and back-up battery. 6.System must monitor, record, and alarm both on the network and in a stand-alone (independent) fashion in the event the network failure or connectivity loss. 7.All communications are monitored, error-checked, and corrected. Communications failures cause a failure alarm which can dial out. When communications are re-established, the seven days of buffered data are automatically uploaded and put into the database. Qualifications of the installer 1.All installation personnel shall be fully qualified by the manufacturer (Rees Scientific) to install 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 proof from Rees Scientific that the installation personnel meet 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 Centron SQL Version (2) from Rees Scientific at the time of validation. 3.Vendor must be ISO 9001:2008 certified LEVEL OF EFFORT Individuals assigned to this effort need to be completely versed in the Rees Scientific Centron system architecture and program, and have an engineering or electrical technician competence. The work may extend over the course of several days, and the installer will need to engage with the customer to get oriented to the work site and fully understand the requirement. GOVERNMENT RESPONSIBILITIES The government is responsible for facilitating access to the SCTL and node PC, and shall provide overall direction to Rees Scientific installer as to location of MPX remote panel and to-be-monitored equipment. In addition, the variables needed to program each input will need to be shared with Rees Scientific. DELIVERY OR DELIVERABLES Rees Scientific will provision three fully functional MPX remote panels on new Node #3, tie in 33 additional pieces of equipment on the existing system, and perform an IQ/OQ validation of all new components. REPORTING REQUIREMENTS A validation report will be provided as proof of the functionality of the added items. TRAVEL Contractor travel is not required by the government in this contract, and will not be reimbursed by the government. KEY PERSONNEL None OTHER CONSIDERATIONS Information System Security Plan: The statement of work does not require the contractor to (1) develop, (2) have the ability to access, or (3) host and/or maintain a federal information system(s). Data Rights: N/A Section 508-Electronic and Information Technology Standards: The contractor is not required to develop, procure, maintain, or use Electronic and Information Technology (EIT) in the performance of the SOW. Publications and Publicity: The contractor will not write and publish articles of data produced as a result of the requirements of the SOW. Confidentiality of Information: N/A Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical 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 must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Stacey Polk, Contract Specialist at spolk@nida.nih.gov. The response must be received no later than the closing date of this notice. "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 pre-solicitation 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-01/HHS-NIH-NIDA-SSSA-SBSS-2017-068/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04342728-W 20161207/161205234319-38341bd430c82736187d1f51bdbb2793 (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.