SOLICITATION NOTICE
J -- Rees Scientific Centron Equipment Monitoring System Annual Validation and One Year Service Contract
- Notice Date
- 7/7/2023 12:18:56 PM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00465
- Response Due
- 7/12/2023 12:00:00 PM
- Archive Date
- 07/27/2023
- Point of Contact
- Mark McNally, Phone: 3018275869
- E-Mail Address
-
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
- Description
- INTRODUCTION PURSUANT TO FAR Subpart 5.2�Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. �� THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA) at the National Insitutes of Health (NIH) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order for an annual validation and service contract to: Rees Scientific Corp, 1007 Whitehead Road Ext, Ewing, NJ 08638-2428. UEI: NCRKL9YLY2X4. Rees Scientific is the sole manufacturer of the Presidio Centron monitoring systems in use at NCATS facitliites at 9800 Medical Center Drive. These systems integrate with each other allowing end users to view, manage, and maintain multiple sites from one location.� As a result of proprietary software and hardware used in these systems, only Rees Scientific can provide such services. Due to the proprietary nature of the system software, replacement parts, licenses, and intricate designs of the instruments, no other source possesses the knowledge necessary to maintain and validate the system. Due to the strict regulatory nature of products maintained by NCATS/DPI, any company installing and maintaining the monitoring system must be ISO 9001:2008 certified. All installation personnel need to 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.� Respondents to this notice must provide notarized proof from Rees Scientific that the installation personnel would meet the above requirements and evidence their organization is ISO 9001:2008 certified. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) currently in effect at https://www.acquisition.gov/ STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, Subpart 13.5 in accordance with 41 U.S.C. 1901. Simplified Acquisition Procedures. DESCRIPTION OF REQUIREMENT Project Description See attachment.�Annual preventative maintenance, calibrations, and servicing on 3 nodes and 254 points. Purpose and Objectives A variety of critical facilities and equipment are centrally monitored for proper operation through a proprietary system provided by Rees Scientific.� An ongoing program of annual validation, as-needed maintenance, and software upgrades is required to keep this system functioning optimally. Period of Performance Base period: ����������� 06/25/2023 � 06/24/2024 Option Period 1: ����� 06/25/2024 � 06/24/2025 Option Period 2: ����� 06/25/2025 � 06/24/2026 Option Period 3: ����� 06/25/2026 � 06/24/2027 Option Period 4: ����� 06/25/2027 � 06/24/2028 CLOSING STATEMENT 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 must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement. In addition the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. 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 03:00 PM EDT July 12, 2023. Responses must be emailed to the Contracting Officer at mark.mcnally@nih.gov and reference the Notice ID 75N95023Q00465. �All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/933032c3f32744acb24144f2a96bc3a1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06740288-F 20230709/230707230041 (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 |