SOLICITATION NOTICE
66 -- Turtle Shell Equipment Protective Shielding and Installation Services
- Notice Date
- 6/20/2024 10:17:56 AM
- Notice Type
- Presolicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024Q00369
- Response Due
- 7/5/2024 6:00:00 AM
- Archive Date
- 07/20/2024
- Point of Contact
- Sneha Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE 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 Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a purchase order for protective shielding to place above designated high-value mission-critical laboratory equipment to mitigate the risk of damage during facility water-based emergency events to Turtle Shell Industries, 165A Verdi Street, Farmingdale, New York 11735. Turtle Shell Industries is the only company that provides the functionality and protection required to ensure the scientific equipment are properly protected. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 332999 with a Size Standard of 750 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 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Project Description The National Institute of Neurological Disorders and Stroke (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 and protect against falling debris to reduce the risk of damage to the equipment. 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 implementation/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. Delivery Date and Installation The Contractor shall deliver and install the equipment to the NIH Delivery Address in Bethesda, Maryland no later than 14 weeks of receipt of award. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm EST, Monday through Friday. Delivery must be Freight on Board (FOB) Destination and include inside delivery. The equipment shall be delivered and installed in coordination with the NINDS personnel [to be named at time of award]. The Contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform installation. Warranty - The Contractor shall warrant that the equipment will be free from defects for a period of five (5) years from the date of installation, inspection by the Government, and acceptance (including materials and labor). 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 utilizing OEM-certified trade-in system. 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 9:00 AM EDT July 5, 2024. Responses must be emailed to the Contracting Officer at sneha.singh@nih.gov and reference the Notice ID 75N95024Q00369. �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/7536133f91d84e56915434b551aea88a/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN07103302-F 20240622/240620230114 (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 |