Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOURCES SOUGHT

Z -- Emergency Power Supply System - Emergency Power Supply System Listing

Notice Date
2/26/2010
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
NIHOF2010237
 
Archive Date
3/30/2010
 
Point of Contact
Harriet V Roberts, Phone: 301-435-1604
 
E-Mail Address
robertsh2@ors.od.nih.gov
(robertsh2@ors.od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Government Owned Equipment for EMSS THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS. NO AWARDS WILL RESULT FROM THIS NOTICE. The National Institutes of Health is conducting a MARKET SURVEY to determine the availability and capability of business sources, including, HUBZone, Service-Disabled Veteran-Owned, 8(a), veteran owned, Women-Owned, or small disadvantaged business concerns capable of providing all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary for the maintenance, repair, and alteration of Emergency Power Supply Systems (EPSS). These EPSS consist of emergency generators, automatic transfer switches, generator switchgear, and diesel & gasoline fuel supply systems. This notice is conducted according to FAR subpart 19.2 to survey the capabilities of small business to provide the required services. This announcement constitutes a Sources Sought Notice and a separate written solicitation will be issued at a future date. The North American Industry Classification System (NAICS) Code is 811310 and the business size standard is $7.0 million dollars. It is the intent of the NIH, Office of Research Facilities (ORF) to procure services to provide operations, preventive maintenance, maintenance, repair, emergency services, and hardware replacement on the EPSSs. These services may be performed at any of the NIH facilities which include NIH Main Campus, Bethesda, MD, NIH Animal Center, Poolesville, MD, leased facilities in Bethesda and Rockville, MD and various locations in Washington, DC, ten miles one-way from the NIH Main Campus. DESCRIPTION OF THE REQUIREMENT: The NIH, Bethesda, MD, requires a fully functional emergency power supply system at all times. The EPSS is a complete functioning emergency power system coupled to a system of conductors, disconnecting means and over current protective devices, transfer switches, and all control, supervisory, and support devices up to and including the load terminals of the transfer equipment needed for the system to operate as a safe and reliable source of electric power. Preventive maintenance inspections and tests performed on the EPSS and all associated components shall be in accordance with the manufacturer's requirements, NFPA-110-8.3, Standard for Emergency and Standby Power Systems, NFPA-101, Life Safety Code, COMAR, Fuel Tanks Requirements, and NFPA-99, Standard for Health Care Facilities. New or factory reconditioned parts and components may be provided when providing maintenance, repair and alteration services. All replacement units, parts, components and materials to be used in the maintenance, repair, and alteration of facilities and equipment shall be compatible with that existing equipment on which it is to be used; shall be of equal or better quality than original equipment specifications, shall comply with applicable NIH, commercial, or industrial standards such as American National Standards Institute (ANSI), National Electrical Manufacturers Association (NEMA), Underwriters Laboratories (UL), and shall be used in accordance with original design and manufacture intent. Attached is a listing of the Government Owned Equipment that depicts the manufacturer and model number of the functioning emergency power supply system. Interested vendors are responsible for researching the specifications for the equipment. Due to National Security mandates, additional information is not available. The anticipated period of performance is for a base year with four option years. It is the intent to award an Indefinite Delivery, Indefinite Quantity Contract (IDIQ). Work shall be identified under individual task orders issued by the Contracting Officer. The contractor will be required to develop and maintain a Quality Control Program and develop a Quality Control Plan. A Monthly Performance Report and a file of all quality control inspection results are required deliverables. Other deliverables may be required. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The contractor must include in their Capability Statement, (1) the company name, address, phone number, e-mail address, NAICS Code http://www.sba.gov/size, certification of business size, and Duns and Bradstreet Number (DUNS), (2) staff expertise, including their availability, experience, and formal and other training, (3) current in-house capability and capacity to perform the work, (4) prior completed projects of similar nature, (5) corporate experience and management capability, and (6) examples of prior completed Government contracts, references, and other related information. The Capability Statement is limited to 25 pages in size. Interested vendors capable of furnishing the government with the services specified in this Sources Sought notice should submit their Capability Statement to the e-mail address below. Capability Statements will be due fifteen (15) calendar days from the publication date of this notice, or March 15, 2010, at 1:00 PM Eastern Standard Time (EST). The Capability Statement must reference Sources Sought Number NIHOF2010237. All responsible sources may submit a Capability Statement, which if timely received, shall be considered by the agency. Capability Statements must be submitted via e-mail only to Joyce.McCoy@nih.gov. Faxed or postal mailed copies will not be accepted. National Institutes of Health, Office of Research Facilities, Attention: Joyce McCoy, Building 13 Room 2E48, 9000 Rockville Pike, Bethesda, MD 20892. 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. 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/NIHOF2010237/listing.html)
 
Place of Performance
Address: NIH Main Campus, Bethesda, MD, NIH Animal Center, Poolesville, MD, leased facilities in Bethesda & Rockville, MD and various locations in Washington, DC, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02078366-W 20100228/100227000221-a11a396a3ffe9b82d886de91babac961 (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.