SOLICITATION NOTICE
J -- Annual Maintenance and Support Services
- Notice Date
- 1/5/2011
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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-(HG)-2011-064-DLM
- Archive Date
- 1/25/2011
- Point of Contact
- Dorothy Maxwell, Phone: 301-435-0352
- E-Mail Address
-
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI), COAC Services Branch, Office of Acquisition (OA), National Institute of Health (NIH) intends to negotiate and award a purchase order on a noncompetitive sole source basis to AVI-SPL, Inc., 450 Spring Park Place, Suite 1006, Herndon, Virginia 20170-5243 to provide maintenance and support services to existing AVI-SPL systems and installation of network communication equipment to the conference rooms located in the National Human Genome Research Institute (NHGRI) at the National Institute of Health (NIH). The sole source determination is based on the fact that National Institute of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency conducting, supporting and making medical discoveries that improve people’s health and save lives. The National Human Genome Research Institute (NHGRI), Intramural Sequencing Center Audio Visual System (AVI) is a complex, elaborate network of communication between the podium, screen, microphones, remotes, etc. from the various conference/team rooms to the main AV rack. Because of various meetings the conference rooms and team rooms at NHGRI need to be in good shape due to the various AV requirements for the numerous types of meetings such as seminars, trainings being held in these rooms. AVI-SPL, a merged company of Audio Visual Innovations, Inc. and Signal Perfection Ltd., is a global integrator for custom audio video systems and services. AVI-SPL has handled the installation of the total systems already in place in NIHGRI’s conference rooms and understands the intricacy of the system that is currently installed. Only one responsible source and no other supplies or services will satisfy agency requirements. This procurement is for an annual maintenance and support services agreement for the period of one (1) year. Contractor Requirements: 1. The Contractor will repair or arrange for the repair of THE COMPANY’S Warranted Covered Equipment as necessary when such repair is due to a MECHANICAL or ELECTRONIC BREAKDOWN during the Agreement Period. 2. The Contractor’s repairs and replacements will be performed with new or remanufactured parts and components as decided by the Contractor. All parts or components replaced by the Contractor shall become their property. 3. The Contractor will provide two (2) routine preventive maintenance visits, scheduled semi-annually during the Covered Period of this Agreement which includes: • Complete operational check of the system functions; • Replace client furnished projector lamp, reset counter, clean filters, and align; • Detailed inspection and testing of selected system components; • Adjustment of levels and equalization of equipment settings as required to maintain or optimize overall system performance; • Professional cleaning of record / playback heads, screens, projector lenses and other critical surfaces, as needed; • Mechanical and electrical adjustment of video projectors as needed; • Inspect and repair any faulty wiring or connections; • Service reports; and • Recommendations for any additional services and upgrades. 4. The Contractor will provide Helpdesk assistance seven (7) days a week, 24-Hours which includes unlimited toll-free phone, e-mail, as well as advance parts replacement, real-time trouble ticket tracking and reporting, detailed statements of work, global support in the event of international installations, and service level customization, which can include Time and Materials calls and contracts for onsite work. AVI-SPL will: • Provide first call pickup within 60 seconds, 90% of time; • Log all trouble tickets into tracking system; • Perform diagnostics and analysis remotely if applicable (Telnet, VPN, Extranet, etc.); • Schedule repairs and/or temp solutions; and • Dispatch technicians as needed. 5. The Contractor will agree to have a technician on the CUSTOMER’S site within 48 hours of a request for service. 6. The Contractor will pay for transportation of COVERED EQUIPMENT from the EQUIPMENT LOCATION to OUR shop for repair. The Contractor will pay transportation costs of equipment from the EQUIPMENT LOCATION or OUR shop to the manufacturer, if manufacturer repair is required. The Contractor will pay for transportation of parts and components ordered in connection with servicing of the COVERED EQUIPMENT. Transportation will be provided by OUR staff or by commercial carrier. If shipped by commercial carrier, it will be shipped for two-day delivery. Government Responsibilities: 1. The Government will at all times keep the Equipment in the environmental conditions recommended by the manufacturer. And, protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor’s representatives or the Customer’s representative working under the Contractor’s specific instruction, to maintain, repair or replace any part of the Equipment. 4. The Government understands the Agreement does not cover consumables such as lamps, filters, etc. 5. The Government understands the Agreement does not cover failure due to or caused by fire, failure as a result of utility services, failure as a result of poor, unconditioned or fluctuating electrical power, or natural and environmental causes such as earthquake, tornado, lightning, corrosion, flood, or other acts of God, or other causes beyond the Contractor’s reasonable control. Failures or faults caused by structural, mechanical, electrical, or plumbing systems or devices not installed by the Contractor and not specifically covered under this AGREEMENT. 6. The Government understands the Agreement does not cover failure caused by abuse, misuse, or negligence. Reporting Requirements and Deliverables: • The Contractor will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements: • The Government accepts the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. Industry Classification (NAICS) Code is 238210, Electrical Contractors and Other Wiring Installation Contractors, with business size standard in dollars $14.0M Per Annum. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001) and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-48 (December 30, 2010). This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis, by January 10, 2011, 7:30 a.m. Eastern Standard Time. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Inquires to this announcement, referencing synopsis number NHLBI-CSB-(HG)-2011-064-DLM, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisition, Procurement Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HG)-2011-064-DLM/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02355073-W 20110107/110105234349-ecbe72ea8b7b576ef244874b6e40753c (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 |