Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOURCES SOUGHT

J -- Elevator/ Conveying Systems

Notice Date
4/8/2010
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
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
NIHOF2010260
 
Point of Contact
Romaine Cole, Phone: 301-435-4320
 
E-Mail Address
coler@mail.nih.gov
(coler@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR ELEVATOR/CONVEYING SYSTEMS Sources Sought Number NIHOF2010260 THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS, OR IVNITATION FOR BIDS. NO AWARD 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 Small Business, 8(a), veteran owned, Woman-Owned, or small disadvantaged business concerns capable of proving Elevator Services for all conveying systems at National Institutes of Health (NIH), Bethesda, Poolesville, and Gerontology Research Center in Maryland. The purpose of Elevator Services is to provide excellent services for all conveying systems at NIH-MD. Elevator Services to include but not limited to providing technical assistance to the government and service as Subject Matter Experts on New and emerging technology. Elevator services include operations and maintenance to insure elevator reliabity within a hospital setting, clinical space, labs and animal transport. Elevator reliability is to provide services that insure daily operations at all times. Elevator services to include but not limited to emergency response, programmed inspections, scheduled maintenance and demand maintenance. The North American industry Classification System (NAICS) Code is 238290 and the business size standard is $14.0 million dollars. It is the intent of the NIH, Office of Research Facilities (ORF) to procure services to provide labor, supplies, parts, and materials necessary to perform maintenance, inspections, cleaning, repairs or replacements of the conveying systems. These services may be performed at any of the NIH facilities which include NIH Main Campus, Bethesda, MD, NIH Animal Center, Poolesville, MD, and Gerontology Research Center in MD. The Prime Contractor shall perform no less than 50% of the contract; sub-contract shall perform no more than 50% of the work. FAR Clause 52.219-14 Limitation on subcontracting rules applies. The Contractor is responsible for all Preventive Maintenance, and shall comply with applicable NIH, commercial, or industry standards such as "American National Standards Institute (ANSI) National Electrical Manufacturers Association (NEMA), Underwriters Laboratories (UL), etc. shall be used in accordance with original design and manufacturers intent. All materials and workmanship shall be guaranteed for a period of one (1) year form date of final acceptance of work. Current certification on all employees who form work on conveying systems is required in reference to Federal Regulations. All workmanship shall meet acceptable standards of the industry; equipment manufactures; applicable activity, local, state, and federal standards; and applicable building and safety codes. All workmanship and materials shall conform to the National Fire Protection Association (NFPA) 70, National Electrical Code, and NECA 1, Standard Practices for Good Workmanship in Electrical /Contracting. Acceptance test new and modified electrical equipment in accordance with NETA ATS. 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 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.gove/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 April 22, 2010, at 1:00PM Eastern Standard Time (EST). The Capability Statement must reference Sources Sought Number NIHOF2010260. 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 coler@mail.nih.gov. Faxed or postal mailed copies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provide 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 no-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010260/listing.html)
 
Place of Performance
Address: NIH Main Campus, Bethesda, MD, NIH Animal Center, MD, Poolesville, MD and Gerontology Research Center, MD, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02117237-W 20100410/100408235748-213bc9890d52efa9df7877af8bdc8629 (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.