Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOLICITATION NOTICE

N -- Centron Equipment Monitoring Package & Installation

Notice Date
12/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2017-068
 
Archive Date
1/6/2017
 
Point of Contact
Stacey M Polk, Phone: 301-480-2445
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.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 Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-2017-068 and the solicitation is issued as Request for Quote (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Rees Scientific Corp, 1007 Whitehead Road Ext. Trenton, NJ 08638 for Centron Equipment Monitoring and Installation. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of 6.302-1, Only one responsible source and no other supplies or services will satisfy ageny requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 dated November 18, 2016. The associated NAICS code 334290 and the small business size standard 750 employees. Contractor Requirements: Contractor will provide all necessary labor and materials for the complete installation of the Rees Scientific monitoring system as specified in the proposal. This will consist of: 1.Provisioning and installing three additional remote panels in a shared enclosure at designated location; configuring the panels with an unique static IP address and establishing a link to the existing node PC (creating new Node #3). 2.Running all necessary wires from remote panels to customer-specified equipment locations. Wiring will be routed in drop ceiling and fished through drywall, and then terminated in a junction box with appropriate face plate. 3.Monitoring probe will be installed in equipment, and then connected to the wall plate. 4.The input will be programmed to customer parameters, so that the operational parameters and emergency contact info is as requested. 5.Each added input will be validated for proper operation, utilizing an Installation and Operational Qualification (IQ/OQ) protocol devised by Rees Scientific specific to the type of input used. Qualifications of the system 1.The Presidio Centron environmental monitoring system shall be capable of supporting up to 512 inputs. 2.All remote panels must be capable of logging and buffering seven days of readings history recorded at five minute intervals. 3.Hard wired temperature sensors and dry contacts are compatible with existing hardware. 4.System must be capable of providing a pre-alarm notification feature that allows end-users to respond to potential alarm conditions before it's an actual logged event. 5.Main monitoring node must provide power outage notification, dead man alarms, watchdog timers, and back-up battery. 6.System must monitor, record, and alarm both on the network and in a stand-alone (independent) fashion in the event the network failure or connectivity loss. 7.All communications are monitored, error-checked, and corrected. Communications failures cause a failure alarm which can dial out. When communications are re-established, the seven days of buffered data are automatically uploaded and put into the database. Qualifications of the installer 1.All installation personnel shall be fully qualified by the manufacturer (Rees Scientific) to install systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The winning contractor shall provide notarized proof from Rees Scientific that the installation personnel meet the above requirements. 2.Contractor must have legal access to Rees Scientific software licenses and must be supplied during service and upgrades. Contractor must also supply only new hardware components/modules. Maintenance must also include the latest software release Centron SQL Version (2) from Rees Scientific at the time of validation. 3.Contractor must be ISO 9001:2008 certified LEVEL OF EFFORT Individuals assigned to this effort need to be completely versed in the Rees Scientific Centron system architecture and program, and have an engineering or electrical technician competence. The work may extend over the course of several days, and the installer will need to engage with the customer to get oriented to the work site and fully understand the requirement. GOVERNMENT RESPONSIBILITIES The government is responsible for facilitating access to the SCTL and node PC, and shall provide overall direction to Rees Scientific installer as to location of MPX remote panel and to-be-monitored equipment. In addition, the variables needed to program each input will need to be shared with the contractor. DELIVERY OR DELIVERABLES Contractor will provision three fully functional MPX remote panels on new Node #3, tie in 33 additional pieces of equipment on the existing system, and perform an IQ/OQ validation of all new components. REPORTING REQUIREMENTS A validation report will be provided as proof of the functionality of the added items. TRAVEL Contractor travel is not required by the government in this contract, and will not be reimbursed by the government. KEY PERSONNEL None OTHER CONSIDERATIONS Information System Security Plan: The statement of work does not require the contractor to (1) develop, (2) have the ability to access, or (3) host and/or maintain a federal information system(s). Data Rights: N/A Section 508-Electronic and Information Technology Standards: The contractor is not required to develop, procure, maintain, or use Electronic and Information Technology (EIT) in the performance of the SOW. Publications and Publicity: The contractor will not write and publish articles of data produced as a result of the requirements of the SOW. Confidentiality of Information: N/A Delivery to: National Institutes of Health 9800 Medical Center Drive Building B Rockville, MD 20850 (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement 2.Past Performance 3.Price Technical and past performance, when combined, are (1) significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sept 2016). 52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by December 22, 2016, 2 pm EST and reference number HHS-NIH-NIDA-SSSA-NOI-2017-068. Responses may be submitted electronically to spolk@nida.nih.gov. Fax responses will not be accepted. Request for additional information may be sent to Stacey Polk, spolk@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-2017-068/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04353005-W 20161217/161215234626-d0b4b3de26306c6f066ce000c5c446b3 (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.