Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

J -- Preventative Maintenance/Monitoring Services

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
National Institutes of HealthNational Institute of Child Health6100 Executive Blvd.Room 5Z00RockvilleMD20852
 
ZIP Code
20852
 
Solicitation Number
NICHD2012123
 
Response Due
11/21/2011
 
Archive Date
12/21/2011
 
Point of Contact
ROBINSON, TINA robinsti@mail.nih.gov
 
E-Mail Address
ROBINSON, TINA
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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 and a separate written solicitation will not be issued. This solicitation number is NICHD2012121 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 2005-54. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $19.0m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) have a requirement to procure a one year preventative maintenance agreement for remote monitoring services of equipment/components and software services (in a scientific environment) for the animal facilities (Bldg 6B, NIH campus) and all aquatic facilities across the NIH main campus in Bethesda, MD. Equipment and software to be maintained:Equipment: Quantity:Modems10 EACHMonitor1 EACHPC Workstations2 EACHDot Matrix Printer1 EACHApogee Ethernet Modules6 EACHDigital Point Unit1 EACHModular Building Controller1 EACHPump Control Relays18 EACHSump Level Sensors17 EACHImmersed Temperature Sensors35 EACHAOP Transducers6 EACHControl Valves6 EACHSolenoid Valves6 EACHMechanical Equipment Controllers18 EACHMechanical Equipment Controllers Point Blocks11 EACHApogee Software1 EACHInfoCenter Software1 EACHUninterruptable Power Supplies11 EACHAlarm Panels 3 EACHServices to Include: The software services to include:(1)Annual software updates(2)Annual documentation updates(3)Graphics creation(4)Graphics backup(5)Field Panel Database/System File Backup(6)Field Panel Diagnostics(7)Software Consultation The System Performance Services to include:(1)On-line troubleshooting(2)Operator support(3)System Preventive Maintenance(4)Corrective Maintenance and Component Replacement Emergency Service Options to include:(1)Provide emergency services(2)On-Line Response(3)On-Site Response Documentation and Quality Assurance to include:(1)Documentation of Service Provided(2)Quality Assurance Account Management Siemens Industry manufactured and installed all equipment and software for the monitoring and functions for all aspects of the aquatic systems. This includes but not limited to water quality, pump function, dosing modes and temperature. All these factors maintain the health and environment of the species housed in the aquatic facilities. Therefore it is critical that the services, etc being proposed must be able to adequately work/function with the existing equipments and software, etc. Basis for Award: Offerors must provide descriptive literature or other material (not to exceed ten pages) that sufficiently demonstrates their offer meets the forgoing requirements with their RFQ response. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation and provides the best value to the Government. The following factors shall be used to evaluate offers: technical/performance capabilities and price. THE OFFEROR MUST INCLUDE A COMPLETED COPY OF THE PROVISION OF FAR CLAUSE 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS WITH ITS OFFER. THE PROVISIONS OF FAR CLAUSE 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS; FAR Clause 52.212-2, Evaluation Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far. Interested vendors with the capability of providing, at a minimum fifty-one percent (51%) of the government needed services specified in this synopsis should submit two (2) copies of their quotation/response to the following designated location/contracting office address: 6100 Executive Blvd, Room 5Z00, Rockville, MD 20852, ATTN: Tina Robinson (or via email to robinsti@mail.nih.gov) prior to 10 a.m. local time at designated location address/via email on November 21, 2011. The quotation must reference Solicitation number NICHD2012121. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Faxed copies/responses of quotation offer will not be accepted. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD2012121 in the subject line of email.Note: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD2012123/listing.html)
 
Record
SN02623363-W 20111117/111115234149-5e5535447f45930182f37f467ff019a6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.