Federal Bid

Last Updated on 02 Sep 2017 at 8 AM
Sources Sought
Location Unknown

Centron Presidio Enterprise Monitoring System Maintenance Services

Solicitation ID HHS-NIH-NIDA-SSSA-SS-2017-719
Posted Date 13 Aug 2017 at 6 PM
Archive Date 02 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location United states
Federal Business Opportunities (FBO)
SOURCES SOUGHT NOTICE

1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-2017-719

2. Title: Centron Presidio Enterprise Monitoring System Maintenance Services

3. Classification Code: J -- Maintenance, repair & rebuilding of equipment

4. NAICS Code: 811219

5. Description:

This is a Sources 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: 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 Centron Presidio Enterprise 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 National Institute of Neurological Disorders and Stroke research. A service agreement allows for quick repair and preventative maintenance that will ensure the Centron Presidio Enterprise Monitoring System will perform at peak manufacturer's standards.

Purpose and Objectives: The purpose of this acquisition is to acquire a service contract for the Centron Presidio Enterprise Monitoring System that monitors and notifies of deficiencies in CO2 levels and temperature of existing equipment.

Project requirements:
The Contractor shall provide the following for the Centron Presidio Enterprise Monitoring System:

• 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. Both parties will discuss labor and cost of replacement parts prior to being installed.

• 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.

• Contractor shall have the capability of adding up to 25 transmitters per year, to the existing Centron Presidio Enterprise Monitoring System. A list of current transmitters will be provided to vendor upon contract award.

Anticipated period of performance:
The required period of performance is one-year base period from September 18, 2017 through September 17, 2018 with one (1) subsequent one -year optional period. Options for increase quanity for transmitters shall be included each year.

Capability statement /information sought: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist.

Responses shall include a capabilities statement and the following information:

• 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;

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 Michelle Morelli at e-mail address [email protected].

The response must be received on or before August 18, 2017, 3 pm, 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.

Bid Protests Not Available

Similar Past Bids

Aberdeen Maryland 07 Aug 2015 at 11 AM
Pike New hampshire 14 Nov 2018 at 2 AM
Pike New hampshire 19 Nov 2018 at 3 PM
Camp lejeune North carolina 12 Feb 2015 at 8 PM

Similar Opportunities

Glendale luke air force base Arizona 10 Jul 2025 at 3 AM
Durham North carolina 30 Apr 2026 at 8 PM
Durham North carolina 30 Apr 2026 at 8 PM
Durham North carolina 30 Apr 2026 at 8 PM
Durham North carolina 30 Apr 2026 at 8 PM