Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOURCES SOUGHT

Z -- Building Automation System Maintenance and Repair Services

Notice Date
7/30/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NIHOF2007019
 
Response Due
8/8/2007
 
Description
THIS IS A MARKET SURVEY ONLY; NOT A REQUEST FOR PROPOSAL The National Institutes of Health is conducting a MARKET SURVEY to determine if there are qualified and interested Small Business sources to perform the following requirement: Building automation system preventative maintenance inspections, maintenance services, technical services, emergency services, repairs, and hardware replacement. The North American Industry Classification System (NAICS) Code is 561210 Facilities Support Services with a Small Business Size Standard of $32.5 million There is no solicitation available at this time. This synopsis is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is particularly interested in qualified 8(a), Service Disabled Veteran Owned, HUBZone, and Small Disadvantaged small business concerns; however all small businesses may submit their Capability Statement in response to this market survey. In accordance with Federal Acquisition Regulation 19.5, Set-Asides for Small Business, the Government will review Capability Statements submitted to determine the type of set-aside for this requirement. Description of Requirement: Contractor shall furnish all labor and materials/parts to provide upgrades of building utility systems for Johnson Controls Metasys Building Automation System (BAS). Provide maintenance services, preventative maintenance inspections, technical assistance, emergency services, repairs, and hardware replacement for the following: Johnson Controls Metasys telecommunications hardware, DX-9100 Controllers, air handler unit controllers, unit controllers, VMA controllers, and software upgrade/ revisions to Metasys servers as released by Johnson Controls Metasys Systems. Performance will be at miscellaneous buildings to include the Clinical Research Center and the Porter Neuroscience Research Center at the National Institutes of Health (NIH), Bethesda, Maryland. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be approximately five pages, following the set format described below. Respondents must include references and a capability statement for at least two (2) completed projects within the last three years that are similar in size and scope to the requirement described in this notice. Each reference shall include the company name and title, telephone number, and point of contact. For each project, indicate whether your firm was the prime contractor or subcontractor. The capability statements for each project should be numbered consistent with requirements below followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Length of time your company provided the type of facilities support services identified in this notice. 2. Experience: Describe completed projects that are similar in size, scope and complexity with the proposed project in the last three (3) years in government or private sector. For each of the completed contracts/projects submitted, provide the title; location, whether prime or subcontractor work; contract or subcontract value; type of contract; contract completion date customer point of contract including phone number; brief description or scope of work for this project, self performed work, percentage of self-performed work; and overall performance rating received. 3. Identify whether your firm is an SBA certified 8(a), HUBZone, or Service Disabled Veteran-Owned Small Business concern. You must be an approved SBA firm (including Mentor-Protege Joint Venture firms) at the time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov. 4. Do you intend to submit a proposal as your own business entity or as a joint venture when competing for this type of work? If competing as a joint venture, list those firms with whom you are affiliated. SUBMIT two (2) copies of Capability Statements to National Institutes of Health, Office of Acquisitions, ORF, Building 13, Room G-800, MSC 5711, 9000 Rockville Pike, Bethesda, MD 20892, ATTN: Valeria Thomas by 3:00 PM (EDT) on August 8, 2007. Respondents will not be notified of the results of the evaluation. This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement. Any proprietary information should be so marked. Interested organizations presenting a capability statement in response to this sources sought announcement must identify their size status. All questions/inquiries must be EMAILED to Valeria Thomas thomav@mail.nih.gov. The solicitation for this requirement, when issued, will be available on the internet at FedBizOpps. NO SOLICITATION EXISTS AT THIS TIME.
 
Place of Performance
Address: Bethesda, Maryland
 
Record
SN01356086-W 20070801/070730220351 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.