Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOLICITATION NOTICE

R -- Professional Support Services

Notice Date
5/25/2017
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHSN26817HL00013S
 
Archive Date
6/15/2017
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
john.lear@nih.gov
(john.lear@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Introduction This is a pre-solicitation non-competitive (notice of intent) synopsis to award a purchase order without providing for full and open competition. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Gary Melvin, 1902 Munger Farm Road, Poolesville, MD, 20837-2174, to provide professional support services to serve as the machine shop manager in the NHLBI Division of Intramural Research (DIR) in accordance with the following information. Background Information Biomedical research increasingly requires custom instrumentation. In many instances this instrumentation is envisioned, designed, and built by the researchers involved in the experiments. They understand the requirements and design goals better than anyone and increasingly, have the technical background to design and build the required instrumentation. To do so however, they require a research orientated machine shop equipped with metal working machines, power tools, and hand tools that they can use. These user machine shop facilities in a research environment improve innovation and development of novel approaches, while decreasing the time and cost of implementation. Purpose and Objectives The National Heart, Lung, and Blood Institute (NHLBI) has established and outfitted a user machine shop facility for researchers in the Division of Intramural Research (DIR). The facility includes a lathe, a mill, a band saw, a drill press for metal working, a rapid prototyping three-dimensional printer, standard hand tools, measuring and laying out devices, and power tools. This facility is available to researchers within the NHLBI who need to perform machine and fabrication work in the pursuit of their scientific missions. The goals of this procurement are to ensure the smooth, efficient, and safe functioning of the user machine shop and to provide training and expert advice for users of the shop so that it can provide the maximum usefulness to the DIR research community in the NHLBI. Contractor Requirements The contractor has several duties related to the maintenance and safe operation of the machine shop including: 1) routine maintenance of metalworking machines (drill-press, mill, lathe, band saw and associated tooling); 2) requesting and overseeing service and major repairs of equipment as needed; 3) maintaining the hand and power tools and replacing them when needed; 4) training users in the proper and safe use of the metalworking machines; 5) writing, maintaining, and enforcing standard operating procedures for the machine shop equipment; 6) cleaning and maintaining the work area; 7) providing advice and consultation for users of the facility including CAD, CNC, and PLC programming; and, 8) performing limited machining for users, as time permits. Period of Performance The job will require two days of work per week for 52 weeks. The total number of hours over the contract is limited to 700. The estimated period of performance is June 1, 2017 through May 31, 2018. Government Responsibilities The Laboratory of Molecular Biophysics (Building 10 B1D510) of the NHLBI will provide the machine shop and all the equipment, supplies required for the function and maintenance of the machine shop equipment, and a computer for CAD design and for maintaining records. Inspection and Acceptance Requirements The machine shop facility (Building 10 B1D510) will be inspected on a quarterly basis by the machine shop coordinators. The coordinators will be evaluating the functional state of the machine shop facility, the metalworking machines, and the associated hand tools. They will also be evaluating the training and assistance provided to the machine shop users, based on their feedback. Deficiencies will be brought to the attention of the machine shop manager in discussion with the coordinators followed by a written remedial plan if deemed necessary. Sole Source Justification The determination by the Government to award a contract without providing for full and open competition is based upon previous contract history utilizing the same contractor as well as the market research conducted as prescribed in FAR Part 10 - Market Research. Mr. Melvin possesses a unique combination of extensive experience managing a biomedical research machine shop and expertise in a broad range of essential skills required to successfully manage the NHLBI machine shop while providing the highest level of customer support and service. Mr. Melvin ran and was solely responsible for all aspects of a biomedical machine shop at the NIH for 27 years. Mr. Melvin is uniquely qualified to run the research oriented machine shop in the NHLBI. Furthermore, Mr. Melvin has extensive experience in the design and fabrication of biomedical instrumentation for research purposes and in working closely with scientists in developing these instruments. This background and expertise are essential for the successful implementation of the user machine shop and providing the highest level of service to the scientists and clinicians who are the end users of the shop. Complementing Mr. Melvin's experience in managing a machine shop and fabricating commercial and non-commercial instruments, he has also acquired a unique set of skills and competencies that are required to integrate biomedical instrumentation into laboratory and clinical practice. The skills include 1) three-dimensional solid programming; 2) three and four axis CAD-CAM programming; 3) Lab-View graphical programming for computer interface; 4) remote control and real-time feedback integration into biomedical devices; 5) electronic circuit design; 6) printed circuit board design and fabrication; and, 7) electronic integration into biomedical mechanical systems. With this unique skill set, Mr. Melvin can take a sophisticated biomedical device from initial concept, through design, manufacture, and integration with electronics and computer control that is essential for the ultimate application by the scientist or clinician end user. This process is typically handled by several different people. Finally, Mr. Melvin has co-authored six publications describing biomedical instrumentation he developed along with its implementation. This important skill will facilitate the dissemination of information concerning the development and implementation of novel biomedical instrumentation, one of the core missions of the NHLBI. The combination of these skills along with the vast experience in working closely with biomedical scientists and the understanding of scientific approaches and requirements developed over this time, makes Mr. Melvin uniquely qualified to fulfill the wide range of responsibilities and demands involved in managing the NHLBI machine shop. This acquisition is also a continuation of services being currently provided by Mr. Melvin. If a transition in services were to occur, it could cause severe disruptions in service to the machine shop which could be detrimental to any research currently being conducted. Regulatory Authority This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). FAR Clauses The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this notice to the offeror listed above. The following factors shall be used to evaluate the offer: The contractor shall demonstrate its ability to provide the services listed under the ‘contractor requirements' section above. The additional skill set listed under the ‘sole source justification' section shall also be demonstrated in the contractor's proposal. FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional Information The North American Industry Classification System (NAICS) Code is 541990 and the Small Business Size Standard is $15.0M. This acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable and the resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-95 (January 19, 2017). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by May 31, 2017 at 12:00PM EST and must reference synopsis number HHSN26817HL00013S. Responses shall be submitted electronically to john.lear@nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHSN26817HL00013S/listing.html)
 
Place of Performance
Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04523051-W 20170527/170526001531-b22947f23bb8768cb47f16d0da02c630 (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.