Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

66 -- Notice of Intent for Rees Scientific Wireless Transmitters and Probes

Notice Date
9/18/2014
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2014-266-JES
 
Archive Date
10/9/2014
 
Point of Contact
Jennifer Swift, Phone: 3014350358
 
E-Mail Address
Jennifer.Swift@nih.gov
(Jennifer.Swift@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS 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 (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) on behalf of the NHLBI Division of Inrtamural Research (DIR) intends to negotiate and award a fixed price purchase order without providing for full and open competition (Including brand-name) to Rees Scientific, 1007 Whitehead Road Ext., Trenton, NJ 08638 for wireless transmitters and temperature probes. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of $500 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-76. 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 Background - The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The NHLBI stimulates basic discoveries about the causes of disease, enables the translation of basic discoveries into clinical practice, fosters training and mentoring of emerging scientists and physicians, and communicates research advances to the public. It creates and supports a robust, collaborative research infrastructure in partnership with private and public organizations, including academic institutions, industry, and other government agencies. The Institute collaborates with patients, families, health care professionals, scientists, professional societies, patient advocacy groups, community organizations, and the media to promote the application of research results and leverage resources to address public health needs. The NHLBI also collaborates with international organizations to help reduce the burden of heart, lung, and blood diseases worldwide. An essential service required by two of NHLBI's laboratories is the maintenance of critical research and reagents at their assigned temperatures. It is also required by the FDA current Good Manufacturing Practices (cGMPs) that certain research be able to document the proper storage of components stored at room temperature, under refrigeration and in -20C to -80C and LN2 freezers. This practice is also required by NHLBI due to the cost of the research in question. Purpose and Objectives Two NHLBI laboratories are currently in need of installation of an environmental monitoring system for multiple pieces of laboratory equipment. It will be important to implement a system that can be fully integrated with the planned NHLBI Rees Scientific equipment monitoring and alarm system for Building 10 on the NIH Bethesda, MD campus. Period of Performance Delivery within 8 weeks from date of award. Project Description General 1. The system as described shall be installed, tested, and delivered to the owner in first class condition. The system will include all required hardware, software, and wiring to accomplish the requirements of the Statement of Work. 2. All installation personnel shall be fully qualified by the manufacturer to install systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The contractor shall provide proof that the installation personnel meet these requirements. 3. Contractor must have legal access to applicable software licenses and be able to provide documentation of such legal access during service and upgrades. Vendor must also supply only new hardware components/modules. Annual maintenance must also include the latest software release at the time of validation. 4. The contractor must have previous experience working with installing equipment into laboratories. 5. The contractor shall be a currently certified ISO 9001 company. Hardware Specifications 1. Environmental monitor with the following features: a. Able to operate on existing facility server which has two 4-core Intel Xeon CPUs @ 2.5GHz, 8GB of RAM and 500GB of hard disk space. b. Compatible with existing wireless and buffering MPX-RMT panels, as necessary. 2. (14) Universal Wi-Fi 802.11b/g/n wireless transmitters for (1) input. Transmitters shall have the following features: a. Capable of accepting any industry standard sensor. b. Provides 12 bit analog to digital conversion accuracy. c. Buffers minimum of 7 days of readings history recorded at maximum of (5) minute intervals. d. AC powered with battery backup. e. Power outage alarm. f. Frequency Band: ISM 2.4 GHz g. Protocols: 802.11b/g/n h. Encryption: WPA-PSK and WPA2-PSK i. Channels: 14 channels 3. (8) Universal Wi-Fi 802.11b/g/n wireless transmitters for (2) input. Transmitters shall have the following features: a. Capable of accepting any industry standard sensor. b. Provides 12 bit analog to digital conversion accuracy. c. Buffers minimum of 7 days of readings history recorded at maximum of (5) minute intervals. d. AC powered with battery backup. e. Power outage alarm. f. Frequency Band: ISM 2.4 GHz g. Protocols: 802.11b/g/n h. Encryption: WPA-PSK and WPA2-PSK i. Channels: 14 channels 4. (30) Wall mountable transformers with electrical input/output as required by transmitters. 5. Integration with Existing NIH WLAN Contractor shall supply NIH CIT with a complete list of all required device MAC addresses. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION 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 on Septmeber 9, 2014. The equipment covered under this notice must interact with an existing proprietary Rees Scientific equipment monitoring system. Each monitoring manufacturer is unique in the systems they manufacture, as well as the ancillary equipment needed to correctly utilize the monitoring functions. Rees Scientific is the sole source vendor for the manufacture, sales and service of Rees Scientific products, and does not sell or provide parts, software, or validation protocols to any outside vendors or distributors. Rees Scientific Corp. is the sole manufacturer of the Rees Centron monitoring systems already used within NHLBI other NIH facilities. 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 be received by September 24, 2014 by 3:00 PM EST and must reference number NHLBI-CSB-(HL)-2014-266-JES. Responses may be submitted electronically to Jennifer Swift, Contracting Officer at Jennifer.Swift@nih.gov. Fax responses will not be accepted. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2014-266-JES/listing.html)
 
Record
SN03519238-W 20140920/140919000641-1c9f81571622bb7dff04ad6549107da7 (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.