Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOURCES SOUGHT

Z -- Building Automation System (BAS) Metasys

Notice Date
4/28/2010
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning 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
HHS-ORFFSSCB-SBSS-10-02MG
 
Point of Contact
Mary C Grasson, Phone: 301-435-4558
 
E-Mail Address
grassonm@mail.nih.gov
(grassonm@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The National Institutes of Health is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business, HUBZone, Service-Disabled Veteran-Owned, 8(a), veteran owned, Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small business concerns should be capable of furnishing all labor and materials/parts as requested to provide upgrades of building utility systems to Johnson Controls Metasys Bulding Automation System (BAS). The NAICS code is 238220. DESCRIPTION OF THE REQUIREMENT: The contractor shall provide all labor and materials/parts as requested to provide upgrades of building utility systems to Johnson Controls Metasys Building Automation System (BAS). Provide maintenance services, preventative maintenance inspections, technical assistance, emergency services, repairs, and hardware replacement. Services to be provided included 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. Work shall be performed at the National Institutes of Health (NIH) main campus, Bethesda, MD Clinical Research Center (CRC) and the Porter Neuroscience Research Center PNRC. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1)Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2)Provide a Statement of Capability that demonstrates the offeror's past performance in providing Building Automation System (BAS) Metasys. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3)Submit Capability Statements by May 10, 2010 to: National Institutes of Health, Office of Acquisition, Office of Research Facilities, ATTN: Mary Grasson, Building 13 Room 2E48E, 9000 Rockville Pike, Bethesda, MD 20892. Responses should be received no later than 2PM EDT. Submissions may be made via email to: grassonm@mail.nih.gov. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER MAY 10, 2010. AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 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. (5) 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-10-02MG/listing.html)
 
Place of Performance
Address: Services will be performed at the National Institutes of Health (NIH), Bethesda, Maryland Campus. Subject buildings are the Clinical Research Center (CRC) and the Porter Neuroscience Research Center (PNRC) Building 35., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02135265-W 20100430/100428235656-5a23b0e44a9405ba9d62a0d96ecedd10 (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.