Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOURCES SOUGHT

Z -- Architectural Vivarium Specialties

Notice Date
7/2/2009
 
Notice Type
Sources Sought
 
NAICS
326192 — Resilient Floor Covering Manufacturing
 
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, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-ORFFSSCB-SBSS-09-0003
 
Point of Contact
Jessica Hadley, Fax: 301-402-0331, Ervin Spivey,
 
E-Mail Address
hadleyjn@mail.nih.gov, Spiveyer@mail.nih.gov
(hadleyjn@mail.nih.gov, Spiveyer@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The National Institutes of Health (NIH) is conducting a MARKET SURVEY. NIH would like to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This market survey is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this market survey or Government use of any formation provided. The Government does not intend to award a contract based on responses under this announcement. Based on submissions received, the Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement. THIS IS NOT A REQUEST FOR PROPOSALS. An organization that is not considered small business under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of providing the services described below. DESCRIPTION OF REQUIREMENT The National Institutes of Health (NIH), Office of Research Facilities (ORF), Real Property Management (RPM) requires contractor installation, repair, and maintenance of various architectural specialties as identified within this document. The specific requirements are identified by the following four divisions: Installation of Resinous System Flooring; Installation of High-Performance Resinous System Wall; Covering; Installation of Specialty (FRP) Suspended Ceiling Systems and Installation of Stainless Steel and Aluminum Wall Protection Systems. The specialty requirements identified above represent the architectural maintenance and restoration activities under this procurement. The contractor shall demonstrate the ability and availability of resources to accomplish work performance in all divisions included above and identified within. PERIOD OF PERFORMANCE The Government anticipates award of a base year award and four options years to follow. All work described under Architectural Vivarium Specialties shall be completed within 60 months following the execution of a formal contract award from the contracting office. PLACE OF PERFORMANCE Work shall be performed in existing animal vivariums (a place, such as a laboratory, where live animals or plants are kept under conditions simulating their natural environment, for research purposes), laboratories, and support facilities, located throughout the NIH Campus in Bethesda, the NIH Animal Center (NIHAC) in Poolesville, NIH rental facilities in Rockville, MD, and the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, North Carolina. The applicable NAICS code is 326192 (Resilient Floor Covering Manufacturing). The contractor shall provide all labor, materials, equipment, transportation and supervision necessary to perform these services. At this time, no solicitation exist (Do not request a copy of the solicitation). SUBMISSION INSTRUCTIONS Vendors having the skills and capabilities necessary to perform stated requirement are invited to provide information to contribute to this market survey/sources sought including, commercial market information and company information via e-mail to the Contract Specialist at hadleyjn@mail.nih.gov. No facsimile transmissions will be accepted. Responses should be received no later than 12 PM (EST) on July 17, 2009. All questions MUST BE SUBMITTED VIA EMAIL to the address listed above. Offerors shall furnish past performance information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the NIH, other Government agencies or private industries. The information shall include relevant contracts for similar items and other references including: 1. contract numbers 2. points of contacts (with telephone number and other relevant information) Responses should also include the following information: 1. Company name 2. Address 3. Point of contact 4. Phone number and e-mail address 5. Business size 6. NAICS Code Certifications 7. DUNS Number & 8. Disadvantaged Certifications - 8(a) - Small Disadvantaged Business - Woman Owned - Veteran-owned - Small Business Concerns (SDVOSB), - HUBZone status 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-ORFFSSCB-SBSS-09-0003/listing.html)
 
Place of Performance
Address: - NIH Campus - Bethesda, Maryland, - NIHAC - Poolesville, Maryland, - NIH Rental Facilities - Rockville, Maryland, - NIEHS - Research Triangle Park, North Carolina, United States
 
Record
SN01864581-W 20090704/090703000915-a46df6df475ce563646c0efa9260badd (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  © 1994-2020, Loren Data Corp.