Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

59 -- Upgrade Chiller Controls - chiller controller upgrade

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation 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
NIHOF2010258
 
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
Total Small Business
 
Description
Chiller upgrade net controller II components This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NIHOF2010258 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-40 (March 23, 2010). The North American Industry Classification System (NAICS) Code is 238210 and the business size standard is $14.0 million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), Office of Research Facilities (ORF), to procure for the Division of Property Management Utilities Branch, to install the Andover chiller control Systems (a small business) Engineered Services, Inc., 45150 Business Court, Site 100, Sterling Virginia 20166. The sole source determination is based on NIH requiring upgraded services to provide and replace old Eclipse controllers and associated hardware with new Net-controller brand controllers. These services include install custom programming to link the new controllers to the rest of the chiller systems running on ESI's proprietary programming; replace server and two workstations, as well as monitoring software, used by the operators; and provide training for new version of monitoring software to the plant employees. The computer workstations and database server used to monitor and control the chiller controllers are over five years old. To insure reliability and better performance, as well as compatibility to the latest version of the monitoring software, these computers will be upgraded as well. The upgrade should be configured with the following items: Operator Workstations and Continuum Database Server Upgrade The ESI shall furnish and install two (2) Andover Controls Cyberstation 1.9X software upgrades and install two (2) Operator Workstations; and furnish and install two (2)UPS's for the above‐referenced Workstations; furnish and install one (1) rack mounted RAID 6 SQL Server and install one (1) rack mounted UPS for the above‐referenced Server. See Attachment 1 New equipment ONLY, NO remanufacturer products, and no "grey market". Offerors must be authorized resellers/OEM suppliers. This acquisition is firm fixed price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will make an award to the responsible offeror whose offer conforms to the requirements, as stated, in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. The Government reserves the right to make an award without discussions. The offer must include complete copies of the following provisions: (1) FAR Clause 52.212-1, Instructions to Offerors-Commercial (JUNE 2008); (2) FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999). As stated in FAR Clause 52.212-2(a), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical evaluation, (b) price; (3) FAR Clause 52.212-3, Offeror Representation and Certifications-- Commercial Items (AUG 2009); (4) FAR Clause 52.212-4, Contract Terms and Conditions --Commercial Items (MAR 2009); and (5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (FEB 2010). This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may identify their interest and capabilities to respond to the requirement by submitting a quote for brand name equipment or the equivalent or EXACT MATCH only. This notice of intent is not a request for competitive quotations, however, all responses received within seven (7) from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the delivery terms (Destination or Origin), the Duns and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. NOTE: In order to receive an award from the Government, the contractors must have a valid registration in the Central Contractors Registration (CCR) www.ccr.gov. The clauses are available in full text at https://www.acquisition.gov/FAR/loadmainre.html. Interested vendors capable of furnishing the Government with the items specified in this synopsis should submit their quotation to robertsh@mail.nih.gov. Quotations will be due May 3, 2010, at 12:00 pm (DST), Daylight Saving Time. The quotation must reference Solicitation Number NIHOF2010258. Quotes must be valid for sixty (60) days after due date. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, Office of Research Facilities, 9000 Rockville Pike, Building 13, Room 2E48, Attention: Harriet Roberts, Bethesda, MD 20892. Faxed copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010258/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Building 13, Room 2E48, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02133210-W 20100429/100427234919-c089a12aa927477afa2c1236870748ea (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.