Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOURCES SOUGHT

J -- MAINTENANCE

Notice Date
6/1/2022 4:52:26 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-22-121
 
Response Due
6/7/2022 8:00:00 AM
 
Point of Contact
GRIFFIN, VERNE L, Phone: 3015947730, HAUN, PATRICIA M, Phone: 13014437786
 
E-Mail Address
verne.griffin@nih.gov, haunp@mail.nih.gov
(verne.griffin@nih.gov, haunp@mail.nih.gov)
 
Description
Eunice Kennedy Shriver National Institutes of Health, National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK), �is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing a Base + 3 option year award for �Freezer Maintenance. The objective of this purchase is to renew NIDDK�s Maintenance Contract for freezers, refrigerators, Heracell, Panasonic, Percival, and New Brunswick Incubators.� The freezers, refrigerators, Heracell, Panasonic, Percival and New Brunswick Incubators will be used to keep the biological samples frozen in order to maintain their biological stability for future experiments. REQUIRED FEATURES AND SPECIFICATIONS The company shall provide a qualified technician to perform four types of maintenance services for 26 freezers, 3 refrigerators and 4 Heracell, 2 Percival, 1 Panasonic, 1 Thermo, and 4 New Brunswick Incubators in the NIDDK areas. Technician shall respond between the hours of 8 am to 4:30 pm Monday-Friday. Services to be provided will be 2 preventive maintenance inspections with calibration will be performed over the term of the contract. Calibration and Preventive Maintenance Inspection labels will be affixed to each unit at time of each inspection. Certificates of Calibration and Preventive Maintenance Inspection Certificates will be provided after each inspection. An equipment Status Report will accompany the certificates, providing an overview of the inspection findings. All readings will be performed using NIST traceable instruments. Unlimited phone and email support. Priority scheduling of repairs. Loaner units available during in-shop repairs. The anticipated period of performance is: Base:�������������� August 1, 2022 to July 31, 2023 Option 1:�������� August 1, 2023 to July 31, 2024 Option 2:�������� August 1, 2024 to July 31, 2025 Option 3:�������� August 1, 2025 to July 31, 2026 Interested small business firms with the capability and authorization of providing all the required products and services/support shall submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b)whether 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 811219 with a size standard of $22,000,000. �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. All respondents must include delivery timeframe. The capability statement shall be in sufficient enough detail, so that the Government can determine the experience and capability of your firm to provide the products and service/support above. All respondents must be an authorized reseller and must provide documentation confirming authorization and certified capability from the manufacturer to resell/distribute/provide all items/components etc. and services (i.e. training, installation) identified in this notice. Responses to this notice without this confirmation from the manufacturer will not be considered as valid. �A copy of the capability statement must be received via email to verne.griffin@nih.gov prior to 11:00 a.m. eastern standard time on June 7, 2022.� �Attn:� Verne Griffin. Capability statement must�reference solicitation# NICHD-22-121. Submission by email must also reference solicitation # NICHD-22-121 on the subject line of the email. �Any questions must be sent via email to verne.griffin@mail.nih.gov and must include solicitation# NICHD-22-121 on the subject line of email. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this 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 System for Award Management at www.sam.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85b1e319dfcf47c594fbaecf05d960fe/view)
 
Record
SN06344704-F 20220603/220601230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.