Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2017 FBO #5637
SOURCES SOUGHT

J -- Upgrade equipment, and calibrate Rees Monitors for Equipment Housing Research Specimens.

Notice Date
4/28/2017
 
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 Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72555-61
 
Archive Date
5/23/2017
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Number: SBSS- N02RC72555-61 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: May 8, 2017 by 4:30 PM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 811219 with a size standard of $20,5M. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. This contract will upgrade NCI's current monitoring system the latest version of equipment available and provide maintenance for one year. The new equipment will be compatible with equipment installed in 2015. NIH NCI CCR Office of Research Operations requested contract is for continuation of the Rees Monitoring-Alarm System that provides support for branches and laboratories, located in the Center for Cancer Research of the National Cancer Institute. Laboratories are located in Buildings 10, 37, 41 and 50. The system currently has 580 sensors monitoring the function of selected equipment, including freezers, refrigerators, incubators, and cold rooms, which contain research material critical to programs in the Center, including several that support clinical trials. Monitoring is required by the Food and Drug Administration (FDA) and other regulatory authorities. If a sensor triggers an alarm, the system notifies preselected NIH staff by telephone, e-mail, and/or pager. The system relentlessly attempts to make contact, continually cycling through the list of scientists, until one responds by telephone or through the Internet. Using telephone, e-mail or Internet connections, scientists can monitor equipment responses to corrective actions. Moreover, the system maintains long-term records generated by the sensors, which provides historical data of equipment performance. Both real time and historical data are accessible in a secure fashion. Data are stored on a CRC server, backed up by a second server. Research conducted at the National Cancer Institute generates samples that require storage at specific temperatures in various freezers, incubators and cold rooms in many locations. The temperature of this equipment is monitored by a Rees Monitoring System. If equipment were to fail, the monitoring system would alert the NCI researcher in time to recover valuable material. Maintenance and calibration of this equipment is necessary to protect the investment of the National Cancer Institute. 1.0 SCOPE: The Contractor shall provide all labor, material, supplies and equipment for the preventive maintenance and emergency service on Rees Scientific Monitoring System in the NCI Buildings 10, 37, 41 and 50. All maintenance service shall be performed in accordance with the manufacturer's standard commercial maintenance practices. 2.0 DETAILED TECHNICAL REQUIREMENTS: • The Contractor shall provide all labor, material, supplies and equipment for the preventive maintenance and emergency service on Rees Scientific Monitoring System. • The Contractor shall provide new Z3 monitors to each of the 580 pieces of equipment including freezers, incubators, cold rooms. These new monitors will require less maintenance and will be Wi-Fi compatible. • These new monitors shall be compatible with NCI's existing software: Rees Enterprise Version 3.0 • Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall furnish a qualified, factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. 3.0 TYPE OF ORDER: This is a firm fixed price order. 4.0 PERIOD OF PERFORMANCE: The period of performance shall be as follows: Base Period: June 1, 2017 - May 30, 2018 Option Period One (1): June 1, 2018 - May 30, 2019 Option Period Two (2): June 1, 2019 - May 30, 2020 5.0 PLACE OF PERFORMANCE: NIH NCI CCR Office of Research Operations 9000 Rockville Pike Buildings 10, 37, 41 and 50 Bethesda, MD 20892 8.0 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE: Deliverables will include at least 580 new Z3 monitors, lithium batteries for V2 monitors until conversion is complete, lithium batteries for Z3 monitors, and 6 volt batteries. Calibration of new monitors and integration with existing software. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 4:30 PM. EST on May 8, 2017. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. Written responses can be emailed to Kathy Elliott Contract Specialist at Elliottk@mail.nih.gov or mailed to the address located under Point of Contact. All questions must be in writing and submitted via email. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA), through www.sam.gov. No collect calls will be accepted. Please reference number N02RC72555-61on all correspondence. 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, an RFQ may be published on GSAAdvantage.gov. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Kathy Elliott Elliottk@mail.nih.gov 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72555-61/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04489382-W 20170430/170428234111-4c2c91bb479b8ba1075319c610cf4233 (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.