Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
SOURCES SOUGHT

66 -- Battery Replacement for G8000 225Kva UPS Typeform

Notice Date
6/10/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-SS-14-280
 
Archive Date
7/3/2014
 
Point of Contact
Jasmine D Snoddy, Phone: 301 594 1571
 
E-Mail Address
snoddyj@mail.nih.gov
(snoddyj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: HHS-NIH-NIDA (SSSA)-SS-14-280 Title: Battery Replacement for G8000 225Kva UPS Typeform Classification Code: 66 NAICS Code: 334516 Description: Battery Replacement for G8000 225Kva UPS Typeform Introduction: This is a Source Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: NIA maintain and operate a 3 Tesla clinical MRI scanner providing support for proton and heteronuclear magnetic resonance imaging (MRI) and spectroscopy (MRS) studies. These efforts encompass major areas of clinical research in IRP laboratories with special focus on musculoskeletal, cardiology, neurology, and endocrinology. The core program was established in 2012 to support the experimental goals of intramural investigators and their collaborators. Purpose and Objectives for the Procurement: The uninterrupted power supply (UPS) in the MRI Facility for Translational Research is an essential piece of equipment that provides battery backup power to critical components of the MRI equipment. Without it, various components (e.g. MRI cryo compressor) are at risk of loos of function during a power outage, potentially causing substantial and extensive damage to the MRI equipment. Replacement of the batteries within the UPS equipment is recommended for this year as it marks the fifth year of operation with the existing batteries; this is recommended by the vendor in order to insure reliable operation. Capability Statement: Businesses that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contract Specialist. The capabilities statement must specifically address each project requirement separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of scientists, medical experts and technical personnel as it relates to the above outlined requirements, 3) a description of general and specific facilities and equipment available, including computer equipment and software, 4) an outline of pervious research projects that are similar to the project requirements in which the organization and proposed personnel have participated, and 5) any other information considered relevant to this program. The capability statement must not exceed 15 single sided or 7.5 double sided pages in length and using a 12-point font size minimum. The respondent must also provide their DUNS number, organization name and address, point of contact, and size and type of business (e.g. 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. Interested organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Jasmine Snoddy, Contract Specialist-Snoddyj@mail.nih.gov in MS Word within 15 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 reviewed of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract. Confidentiality: 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/NIDA-2/HHS-NIH-NIDA(SSSA)-SS-14-280/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03390487-W 20140612/140610235335-d3e2f264778368f9f1fffc65bd80dafa (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.