Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2023 SAM #7922
SPECIAL NOTICE

66 -- Turtle Shell Protective Shielding for NINDS

Notice Date
8/4/2023 11:54:39 AM
 
Notice Type
Special Notice
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00602
 
Response Due
8/9/2023 6:00:00 AM
 
Archive Date
08/24/2023
 
Point of Contact
Andrew Varley, Phone: 3014436677, Fax: 3014437595, Josh Lazarus, Phone: 3018276923
 
E-Mail Address
andrew.varley@nih.gov, josh.lazarus@nih.gov
(andrew.varley@nih.gov, josh.lazarus@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).� NINDS requires protective shielding to place above designated high-value mission-critical laboratory equipment to mitigate the risk of damage during facility water-based emergency events. The protective shielding will be installed above designated equipment to deflect and/or divert water to reduce the risk of damage to the equipment without providing for full or open competition. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing with a Size Standard of 750 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2023-04, dated June 2, 2023. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 � only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT Project Description The objective is to better protect mission critical and high-value institute assets that are at risk from infrastructure failures. Equipment that already had Turtle Shell protective shielding were protected from the worse impacts of the flood event. The protective shielding must be able to protect identified elements from water and debris hazards from above spaces by means of deflection and/or diversion. The design and installation method must be customizable and adaptable to a variety of unique and complex environments, including mplementation/installation around scientific equipment. The protective shielding frame must be strong and mounted securely to the ceiling (mounted using threaded rods to Unistrut ceiling supports), wall, or self-supporting frame to ensure stability. The polycarbonate must have a CC-1 rating for construction applications and be available in clear and transluscent options to allow the desired amount of light to pass through based on location requirements. The product must meet the UL94 Flamability Standard. 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.� An interested Offeror must be able to demonstrate its capabability to independently, and not as an agent of the Government, software that provides a comprehensive database of refined drug development information and serves as an efficient system to identify promising drugs, formulations, and models in the development phase. Drug information must be integrated in a single, flexible resource, and updated daily. The software must also include information about similar chemical structures of alternative compounds, the most relevant animal models used within the scientific industry for a specific target, and identify Pharmaceutical companies interested in investing in NIDA funded SBIR/STTR companies. Responses to this notice must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service.� The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.� Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the 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 August 9, 2023, 9:00 a.m. Eastern Time and must reference number 75N95023Q00602. Responses must be submitted electronically to Josh Lazarus, Contracting Officer at josh.lazarus@nih.gov and and Contract Specialist Andrew Varley at Andrew.varley@nih.gov must reference the solicitation number 75N95023Q00602 on your electronic request.� FAX requests are not accepted. �All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c87ab1f4e2a64247bbd9ad63804841db/view)
 
Record
SN06777205-F 20230806/230804230051 (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.