SOURCES SOUGHT
46 -- Preventative Maintenance Reverse Osmosis (RO) Water Treatment systems and Waste Water Acid Neutralization systems
- Notice Date
- 1/2/2009
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
- ZIP Code
- 20892-5738
- Solicitation Number
- nihof2009074
- Archive Date
- 2/5/2009
- Point of Contact
- Harriet V Roberts,, Phone: 301-435-1604
- E-Mail Address
-
robertsh2@ors.od.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The National Institutes of Health (NIH) is conducting a MARKET SURVEY to determine the availability of qualified contractors. Businesses concerns such as 8(a) Small Business (SB), HUBZone SB, and Service-Disabled Veteran-Owned Small businesses (SDVOSB) are encouraged to respond to this survey to determine opportunities for contracts or joint ventures capable of providing services in support of the Government owned Reverse Osmosis (RO) water treatment systems, waste water acid neutralization systems and Preventative Maintenance services for these systems. The NIH is seeking a contractor to provide preventive maintenance inspection, maintenance, repair, emergency and call-back services for nine (9) Reverse Osmosis water treatment systems, and associated water softeners (piping included) in their entirety. This contract shall also provide for the preventive maintenance inspection, maintenance, repairs, emergency and call-back service for three (3) Waste Water Acid Neutralization Systems, to include tanks, pumps, and PH sensor probes in their entirety. The systems are located in Buildings 6B, 14E, 10, Clinical Research Center (CRC), 41T, 35, and 50 on the campus of the National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892. The contractor shall provide all labor and material, supplies transportation, equipment and supervision required for the proper operation of the Waste Water Treatment/Acid Neutralization Systems which serves animal cage wash and laboratories. This requirement is to satisfy WSSC & EPA regulations regarding PH levels of water entering public sewer systems. The contractor shall provide factory trained mechanics, with a minimum of three (3) years experience in Reverse Osmosis, and Acid Neutralization, thoroughly knowledgeable and qualified in the maintenance requirements and repair procedures of the Reverse Osmosis (RO) water treatment and Waste Water Acid Neutralization systems. The contractor shall be knowledgeable in fused socket welding of polypropylene plastic piping and the decontamination of the same. The maintenance, repairs, and inspections applies to all equipment and components comprising an RO Water Treatment System and Waste Water Acid Neutralization System. This includes, but is not limited to motors, pumps, solenoids, valves, wiring, piping, switches, sensors, UV lamps and controllers. Work performed shall properly protect all equipment from deterioration and provide peak performance of all systems, resulting in a minimum of down time on the units. All interested contractors with the capabilities necessary to meet or exceed the stated requirements are invited to submit an original and (2) copies of their Capability Statement consisting of appropriate documentation, literature, brochures and references anticipated to be approximately 8-10 pages, following the format described below. (1) Company name, address, phone number, primary contact(s), email address, NAICS code(s) (2) List/identify the work you are interested with a positive statement of your intention to submit a proposal as a prime contractor of those projects if a solicitation is issued. A general statement that you are interested in all projects is not acceptable; (3) Date and evidence of SBA Small Disadvantaged Business(SDB) certification of applicable to your company) (4) List company's experience to work performed of similar type and scope to include project in progress and completed projects with the past 5 years, completion dates, contract numbers, project titles, short project descriptions, dollar amounts, and point of contact for the prime contractor; (5) If you are 8(a) SB or HUBZone SB considering a joint venture, you will need to provide proof that this consideration has been forwarded to the cognizant SBA office for approval. (6) Provide Statement of Capability, include specialized experience and technical competence of company (including a joint venture or association) with the type of services required; date and identify specific experience and qualification of personnel proposed for assignment to the project and record of working together as a team; identify past record of performance on contracts to include Government Agencies. NOTE: This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. This not a request for proposals, bids or quotation. The Government does not intend to award a contract based on response under this announcement. Any proprietary information should be so marked. Responses are to be sent to the address below by 1/21/2009 4:00 pm. Eastern time. Inquiries by email only: robertsh@mail.nih.gov no faxes or phone calls will not be accepted. Attn: Harriet Roberts Contract Specialist National Institute of Health 9000 Rockville Pike Office of Acquisitions, ORF Building 13, Room 2E43 Bethesda, MD 20892.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=deab51bdc9e7f4cb0060953c4a61cb39&tab=core&_cview=1)
- Place of Performance
- Address: Natiional Institute of Health 900 Rovkville Pike, Bethesda, Maryland 20892, United States, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01726534-W 20090104/090102213844-deab51bdc9e7f4cb0060953c4a61cb39 (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 |