Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

J -- Repair and Maintenance for 3 Government Mobile Research Vehicles

Notice Date
7/9/2013
 
Notice Type
Presolicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
SS3012186
 
Point of Contact
Mario D. Gray, Phone: 3014352238
 
E-Mail Address
Mario.Gray@nih.hhs.gov
(Mario.Gray@nih.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging intends to negotiate and award a purchase order without providing for full and open competition to Lifeline Mobile Incorporated (Lifeline Mobile) for the Repair and Maintenance for 3 Government Mobile Research Vehicles (MRVs). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement is classified under NAICS code 336211 with a Size Standard of employees 1000. REGULATORY AUTHORITY: The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-68 effective June 26, 2013. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. DESCRIPTION OF REQUIREMENT: The contractor shall perform the work according to the work requirements as follows: Government MRV 1: • Adjust pitch of awning and remove slack of fabric • Seal up awning to prevent water from running behind housing • Repair ceiling in light front room • Inspect front room to see if slide out can be installed • Repair hydraulic line on the front right side of trailer • Repaint rear bumper • Strip and wax floor • Inspect electrical systems, plumbing, generator • Inspect foam insulation under unit, replace as needed • Replace restroom ceiling fan/light • Repair wall paneling in exam room. The wall paneling is coming off of the wall • Adjust cabinet drawers, special attention to the cabinet next to tall cabinet • Repair hurricane system (need to inspect system and report costing for repairs) • Replace strap in middle exam room • Repair water system. The pump runs fine, water pulsates throughout unit. Government MRV 2: • Repair and water leak at top of wheel chair door • Adjust awning • Mount touch screen computer in front room (location is marked) Owner provided • Strip and was floor • Inspect electrical system, plumbing and generator • Inspect foam insulation under unit, replace as needed • Replace all cove base molding • Replace restroom fan/light • Repair wheelchair lift, it does not close up enough to get door closed • Replace cabinet lock 105 lb cabinet door in rear room • Replace lock on exterior water compartment door (545) and adjust handle Government MRV 3: • Replace the short awning over slide out • Mount touch screen computer in front room (location is marked) Owner provided • Insulate the water line running outside of compartment going to restroom • Strip and wax floor • Extend drip rail over door way on exterior of body • Inspect foam insulation under unit and replace as needed • Adjust awning and tighten the awning fabric as water does not puddle • Inspect the operation of the truck batteries • Add fill valve to fresh water tank on driver's side, under compartment. Background: The NIA needs Government Mobile Research Vehicles MRVs for the Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) study. Specifically, the HANDLS study conducts clinical studies in the field, Baltimore, Maryland area, using MRVs to move from location-to-location with the MRVs' custom design and custom equipment/instruments/items. Purpose and Objectives: The Healthy Aging in Neighborhoods of Diversity across the Life Span study (HANDLS) is a multidisciplinary, community-based, prospective longitudinal epidemiologic study examining the influences of race and socioeconomic status (SES) on the development of age-related health disparities among socioeconomically diverse African Americans and whites in Baltimore. This study investigates whether health disparities develop or persist due to differences in SES, differences in race, or their interaction. This study is unique because it will assess over a 20-year period physical parameters as well as evaluate genetic, biologic, demographic, psychosocial, and psychophysiological parameters of African American and white participants in higher and lower SES. It also employs novel research tools, mobile medical research vehicles, in hopes of improving participation rates and retention among non-traditional research participants. The 3 Government Mobile Research Vehicles (MRVs) which were custom built by Lifeline Mobile Incorporated are parked in the neighborhoods where the study is being conducted and where the participants live. There are several (rotating) locations throughout Baltimore city where the MRVs are located to conduct the research. The main offices for the HANDLS study are based at the Biomedical Research Center, on the Bayview campus of Johns Hopkins Medical Center in Baltimore city. Period of Performance and Contract Type: The period of performance will be 7/15/2013 through 9/3/2013. The contract type is Firm-Fixed-Price. Project Description: The Healthy Aging in Neighborhoods of Diversity across the Life Span study (HANDLS) is a multidisciplinary, community-based, prospective longitudinal epidemiologic study examining the influences of race and socioeconomic status (SES) on the development of age-related health disparities among socioeconomically diverse African Americans and whites in Baltimore. This study investigates whether health disparities develop or persist due to differences in SES, differences in race, or their interaction. This study is unique because it will assess over a 20-year period physical parameters as well as evaluate genetic, biologic, demographic, psychosocial, and psychophysiological parameters of African American and white participants in higher and lower SES. It also employs novel research tools, mobile medical research vehicles, in hopes of improving participation rates and retention among non-traditional research participants. The 3 Government Mobile Research Vehicles (MRVs) which were custom built by Lifeline Mobile Incorporated are parked in the neighborhoods where the study is being conducted and where the participants live. There are several (rotating) locations throughout Baltimore city where the MRVs are located to conduct the research. The main offices for the HANDLS study are based at the Biomedical Research Center, on the Bayview campus of Johns Hopkins Medical Center in Baltimore city. Other Important Considerations: The Government MRV 2 and MRV 3 will need to be transported from-and-to 251 Bayview Blvd Baltimore, MD. The Government MRV 1 is a 53' trailer and will need to be transported from-and-to 251 Bayview Blvd Baltimore, MD by a tractor that the Government will hire. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION: The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research, specifically the review and evaluation of the responses to the sources sought notice published in the FedBizOpps. The NIA needs Repair and Maintenance for 3 Government MRVs. The 3 Government MRVs can perform functions which cannot be found in any other commercially-available system. Lifeline Mobile custom built the 3 Government MRVs; therefore, Lifeline Mobile is the Original Equipment Manufacturer and sole source provider for the items needed to effectuate repair and maintenance. Lifeline Mobile possesses unique knowledge of the 3 Government MRVs which no other contractor possesses. Moreover, the NIA's staff are trained by Lifeline Mobile in the use of the 3 Government MRVs. This contracting office determined that Lifeline Mobile is uniquely and solely qualified to meet the NIA's needs and that there are no alternative sources reasonably available. Thus, this contracting office intends to solicit from one source, Lifeline Mobile, because this contracting office determined that the circumstances of the contract action deem only one source reasonably available. CLOSING STATEMENT: This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must reference the identifier code as follows: SS3012186. All responses must be submitted electronically to the Contract Specialist, Mario Gray, using the e-mail address as follows: Mario.Gray@nih.hhs.gov, and, by the closing date and time of this notice. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SS3012186/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03110463-W 20130711/130709234531-a66dad33617631f1e1e3f9a1e2975a3f (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.