United States - Rees Centron Monitoring System Maintenance Services

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 May 2019
Opportunity publication date
07 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 06, 2019 1:06 pm

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

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: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.
The Rees Centron Monitoring System monitors the temperature of -80, -20/30 freezers as well as monitors the temperature and CO2 levels of incubators in buildings 35, 35A, 10 and 49. The equipment also monitors the bulk tank levels (CO2, LN2 and Oxygen) located in the rear of Bldg. 35 at the loading dock. This system is a critical piece of the infrastructure that ensures the safety and well-being of NINDS research. A service agreement allows for quick repair and preventative maintenance that will ensure the Rees Centron Monitoring System will perform at peak manufacturer's standards. Some probes are hardwired to the equipment and others are wireless. These probes feed in to the transmitters; but hardwired equipment does not have a transmitter in place.

Purpose and Objectives: The purpose of this acquisition is to acquire a service contract for the Reese Centron Monitoring System (Presidio Enterprize) that monitors and controls CO2 levels and temperature of existing NINDS equipment.
The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Rees Scientific. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Reese Centron Monitoring System (Presidio Enterprize), and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts.

Project requirements:
Reese monitoring systems are placed on each -80, -20/30 freezers as well as incubators in buildings 35, 35A, 10 and 49 (a total of 527 systems). The equipment also monitors the bulk tank levels (CO2, LN2 and Oxygen) located in the rear of Bldg. 35 at the loading dock. The Contractor shall provide the maintenance servics for 527 Rees Centron Monitoring Systems and probes (Presidio Enterprize).
• Contractor shall perform one (1) preventive maintenance inspection during each twelve-month period. It will be performed 180 days after award. At a minimum, the service will include end user refresher training, software upgrades, system alignment and calibration, and replacement of damaged or worn parts. All preventative maintenance inspections must comply with Original Equipment Manufacturer (OEM) equipment manuals.
• Contractor shall provide 24/7 technical phone support by OEM certified technicians. If it is determined the equipment problem cannot be resolved through technical phone support, the contractor must provide on-site service within one (1) business day.
• Contractor shall provide emergency service. Completion of emergency service will be based upon agreement of the Government and Contractor. A firm completion date will be set if the anticipated timeframe exceeds four (4) weeks. All emergency service must comply with Original Equipment Manufacturer (OEM) equipment manuals.
• Contractor shall provide Rees certified replacement parts. Labor and cost of replacement parts not included in this Purchase Description ("Excluded Parts and Services") shall be discussed by both parties in advance of installation. Contractor shall not install any Excluded Parts and Services without advance NIH authorization/funding.
• Contractor shall provide preventative maintenance and emergency services to Government between the hours of 6:00 AM and 6:00 PM, Bethesda, MD local prevailing time, Monday through Friday, excluding Federal holidays. Government may request Contractor services outside the aforementioned timeframe on an as needed basis.
• OPTION ITEM: The Government shall have the capability of increasing quantities of probes and transmitters (both hard wired and wireless) up to a maximum of 25 transmitters per year, to the existing Rees Centron Monitoring System. A list of current transmitters will be provided to vendor once contract has been awarded.
Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions.
Anticipated period of performance:
Base Year: 9/18/2019-9/17/2020
Option Year 1: 9/18/2020-9/17/2021
Option Year 2: 9/18/2021-9/17/2022
Option Year 3: 9/18/2022-9/17/2023
Option Year 4: 9/18/2023-9/17/2024

Other important considerations: Contractor shall provide one (1) report at the completion of each maintenance service that documents the Rees Centron Monitoring system has been calibrated, tested and is fully functioning. The report shall include information on the systems functions such as software, temperature and humidity, readings, databases, alarms, dial-outs, outputs, reports, and user programming. Report shall also include system calibration certificates. Report shall be provided (hard and electronic copies) to Government for review and approval prior to departure of OEM service technician the nature of the potential requirement or proposed acquisition.
Capability statement /information sought. Clearly indicate whether respondents must provide, as part of their responses, a capability statement, "white paper," answers to questions/issues, etc. This may include requests for:
• respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;
• information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;
• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);
The respondent must also provide their DUNS number, organization name, 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.
One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing.
The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.
The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.
The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Andrea King at e-mail address andrea.king@nih.gov.
The response must be received on or before May 16, 2019 by 10AM Eastern Time.
"Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
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)."

Opportunity closing date
16 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services National Institute on Drug Abuse United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?