Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2024 SAM #8111
SOLICITATION NOTICE

J -- J--Copibook V-Cradle Scanner Maintenance

Notice Date
2/9/2024 12:46:33 PM
 
Notice Type
Presolicitation
 
NAICS
333310 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NLM BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N97024Q00013
 
Response Due
2/14/2024 9:00:00 AM
 
Archive Date
02/29/2024
 
Point of Contact
BRADLEY, SHANELL L
 
E-Mail Address
shanell.bradley@nih.gov
(shanell.bradley@nih.gov)
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSALS. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS ARE NOT BEING REQUESTED. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 under the authority of 41 U.S.C. 1901 Use of Non-Competitive Procedures and FAR Part 13.106-1(b)(1)(i) soliciting from a single source. The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Library of Medicine (NLM), tends to procure equipment maintenance support services on a sole source basis from Image Retrieval Inc. Image Retrieval is the sole-source supplier and authorized repairer of Copibook scanners in North America. Equipment maintenance will be for two (2) i2s V-Cradle Copibook Scanners in support of the library's on-site digitization program. The service includes on-site full coverage preventative maintenance for both machines, annual software support for both machines, onsite repair visits, and staff training. The Technical Service Agreement for i2S CopiBook V-A1 covers i2S CopiBook V Scanner and LIMB Capture software. Furthermore, it includes telephonic support of scanners, software updates, as well as depot hardware maintenance. The equipment maintenance of the two i2s V-Cradle Copibook Scanners is for use in a production environment where print materials will be digitized a minimum of 8 hours per day, resulting in a rate of approximately 175,000-200,000 pages per year (based on current project statistics). See the attached Statement of Work for specific requirements. The period of performance for coverage will be for a base period of 12 months from March 1, 2024 through February 28, 2025 with the contemplation of four, 12-month option periods. Only one award will be made as a result of this solicitation. This will be awarded as a Severable Firm-fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. This notice incorporates provision and clauses in effect in the FAC 2022-01 effective November 4, 2021, including all FAR Circulars issued as of the date of this synopsis. NLM anticipates that an award will be made on or about January 4, 2021. The North American Industry Classification System Code (NAICS) applicable to this requirement is (insert NAICS code) and the small business size standard is (insert dollars or number of employees). This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NLM to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM EST on Wednesday, February 14, 2024. All responses and questions must be emailed to Shanell Bradley, Contract Specialist via electronic mail at Shanell.Bradley@nih.gov. A determination by the Government not to compete this proposed 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. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: 75N97024Q00013 on 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9eaae40fb01040968be014b70526a97a/view)
 
Record
SN06961346-F 20240211/240209230051 (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.