Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

J -- Preventative Maintenance and Service Contract for NIAID Cage Wash Equipment

Notice Date
7/1/2024 2:07:32 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
SS-NIAID-24-2215077
 
Response Due
7/16/2024 1:00:00 PM
 
Archive Date
07/31/2024
 
Point of Contact
Kathy Song, Tamara McDermott
 
E-Mail Address
kathy.song@nih.gov, tamara.mcdermott@nih.gov
(kathy.song@nih.gov, tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Introduction This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) Availability and capability of qualified small business sources; (2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; women-owned small businesses; or small disadvantage businesses; and (3) Size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. �� Project Summary The National Institute of Allergy and Infectious Disease (NIAID), Division of Intramural Research (DIR), Comparative Medicine Branch (CMB) is seeking small business sources capable of providing both preventative maintenance and repair services for cage wash equipment associated with CMB vivariums per the attached draft Statement of Work (SOW). � The cage wash equipment includes instruments such as tunnel washers, rack washers, bedding dispensers, water acidifiers, and bedding disposal units.� It is imperative that the equipment is maintained in optimal operating condition, which requires quarterly preventative maintenance (PM) to ensure consistent performance.� Due to the nature of the research conducted by the CMB, caging and equipment cannot be processed offsite and therefore, the equipment must always be maintained in optimal operational condition.� The contractor must meet all the technical requirements outlined in the draft SOW attached in this posting. CMB is seeking a maintenance agreement for the cage wash equipment listed below: Better Built Tunnel Washer, Model T236 (Serial No.: 236-0508-N2414, Location: Bldg. 14BS) Bedding Dispenser Model BD-200-M-76 (Serial No.: S0162688-1, Location: Bldg. 14BS) TBJ Acidifier, Model WBF-SMD (Serial No.: S0162689-1, Location: Bldg. 14BS) TBJ Acidifier, Model WBF-SMD (Serial No.: S0193297-1, Location: Bldg. 14BS) Scientek Tunnel Washer, Model Tunnel 2536 S (Serial No.: 250304-1023, Location: Bldg. 4) Getinge Bedding Dispenser Model RF1975 (Serial No.: N/A, Location: Bldg. 4) GetingeCastle Tunnel Washer, Model 3236 (Serial No.: 1008907-10, Location: Bldg. 33) GetingeCastle Rack Washer, Model 2110 (Serial No.: 1008907-15, Location: Bldg. 33) NuAire/Garb-el Waste Management System,�Model NU-125-Spec (Serial No.: 103014120505, Location: Bldg. 33) Getinge Bedding Dispenser, Model BD-2000-RE (Serial No.: S0040738-1, Location: Bldg. 33) TBJ Acidifier, Model DP-5000-1B-0 (Serial No.: 101429091905, Location: Bldg. 33) Ionics FA series Model 10� A. Filt/ HT-8 545 6057 (Serial No.: N/A, Location: Bldg. 33) Getinge Glass Washer, S-8666 (Serial No.: SEV0514005, Location: Bldg. 33) Getinge Glass Washer, S-8666 (Serial No.: SEV0514006, Location: Bldg. 33) Getinge Glass Washer, S-8666 (Serial No.: SEV0514007, Location: Bldg. 33) BetterBuilt Tunnel Washer, Model T236 (Serial No.: T236-1021-N7423-2, Location: Bldg. 50) BetterBuilt Rack Washer, Model R690 (Serial No.: R690-1021-N7423-1, Location: Bldg. 50) TBJ Acidifier, Model DP-5000-1B-0 (Serial No.: 001214995, Location: Bldg. 50) BetterBuilt Tunnel Washer, Model T236 (Serial No.: 236-0517-N5742, Location: Bldg. 14DNR) Bedding Dispenser, Model BD-2000-92 (Serial No.: S0101600-1, Location: Bldg. 14DNR) TBJ Acidifier, Model WBF-SMD (Serial No.: S012186-2, Location: Bldg. 14DNR) Place of Performance NIH/NIAID 33 North Drive Bethesda, MD 20892 The covered equipment is located on the Bethesda, MD Campus of the National Institutes of Health in Buildings 14BS, 4, 33, 50, and 14DNR. Anticipated Period of Performance The anticipated period of performance of the base plus four (4) option periods is as follows: Base Period:� September 1, 2024 � August 31, 2025 Option Period 1:� September 1, 2025 � August 31, 2026 Option Period 2:� September 1, 2026 � August 31, 2027 Option Period 3:� September 1, 2027 � August 31, 2028 Option Period 4:� September 1, 2028 � August 31, 2029 Capability Statement/Information Sought If your organization has the potential capacity to provide a maintenance agreement which meets the technical requirements listed in the draft SOW attached in this posting, please provide the following information: Organization name, address, point of contact, email address, website address, telephone number, UEI number. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.) pursuant to the applicable NAICS code. Under which NAICS code does your organization usually provide the requirements described in the draft SOW. Please provide rationale for your answer if different from NAICS 811310. Identification of any Best-in-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule, NITAAC) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY. Tailored capability statement addressing the organization�s capability to provide maintenance services that meet NIAID�s technical requirements. Capability document shall be no more than six pages. The priority scheduling and/or response time must be provided with your response. Any other information that may be helpful in developing or finalizing the acquisition requirements. Submission Instructions Interested businesses who consider themselves qualified to provide the above listed maintenance agreement for this project are invited to submit a response to this Small Business Sources Sought Notice by July 16, 2024 at 4:00 PM EST. All responses under this Small Business Sources Sought Notice shall be emailed to Kathy Song at kathy.song@nih.gov. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. �However, responses to this notice will not be considered adequate responses to a solicitation. 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 in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc7133a3b17e442dbd0e568f926c1991/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07114299-F 20240703/240701230113 (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.