Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2011 FBO #3353
SOURCES SOUGHT

J -- Preventive Maintenance and Repair of Government – Owned Sorvall Instruments - Equipment List

Notice Date
1/27/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
HHS-NIH-NIEHS-OA-SS-11-116
 
Archive Date
2/7/2012
 
Point of Contact
Brian D. Moyer, Phone: 9193164686, Deitra Lunney, Phone: 919-541-0387
 
E-Mail Address
moyerbr@niehs.nih.gov, lunney@niehs.nih.gov
(moyerbr@niehs.nih.gov, lunney@niehs.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Equipment List Description: 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. The National Institute of Environmental Health Sciences (NIEHS), Research Triangle Park, NC, is conducting a MARKET SURVEY to determine the interest and capability of small businesses including HUBZone, 8(a), Service-Disabled Veteran-Owned Small Business Firms, Small Disadvantaged Business, and Woman-Owned eligible to compete under NAICS 811219 with a Size Standard of $6.5 Million for Preventive Maintenance and Repair of Government - Owned Sorvall Instruments. This contract shall provide qualified personnel with appropriate training and experience to perform preventive maintenance, emergency and routine repairs, and relocation of Sorvall Instruments as required at the National Institute of Environmental Health Sciences (NIEHS). The Contractor shall provide the following services: General Requirements • Furnish all necessary personnel, labor, facilities, equipment, parts, materials, and supplies to provide the required technical support and expertise for preventive maintenance, inspection, repair, and relocation of Government-owned Sorvall Instruments located at NIEHS facilities. • Provide preventive maintenance and repair service in accordance to acceptable Commercial Industry Performance Standards. • Remove all trash, discarded parts, dunnage and other material from areas immediately after completion of preventive maintenance or repair. Government-owned dumpsters may be used for disposal for this waste material. • Attempt to notify the NIEHS users at least forty-eight hours in advance of making preventive maintenance inspections, and shall confirm that the scheduled work will be performed at a time convenient to the user. • Notify the Contracting Officer's Technical Representative (COTR) when equipment is to be removed from the Government facilities for repairs. NIEHS procedures for removal of Government-owned equipment shall be followed. The COTR will provide the contractor with these procedures and appropriate forms. • Follow the NIEHS Lock-Out/Tag-Out Program requirements as required, depending on the type of repair of preventative maintenance to be performed. The contractor must notify the COTR, who will in turn consult with the NIEHS Health and Safety Branch (HSB). • Provide the following services: Preventive Maintenance - the contractor shall provide regular preventive maintenance inspections in accordance with acceptable industry standards on all instruments. Preventive maintenance shall be provided to the units as necessary to continue proper performance. An annual preventive maintenance schedule shall be developed by the contractor and provided to the COTR. Preventive maintenance shall be performed on all equipment listed in Attachment I to this document. A written report outlining any defects, and their effect on safe operation, shall be provided to the user. Emergency Repair - the contractor shall, when notified by the COTR or Alternate COTR, provide emergency service by responding on-site and begin repairs within 24 hours of the call and exert best efforts to complete the repair within 48 hours. The contractor shall be capable of providing this service 365 days of the year, on a 24 hour-a-day basis, including weekends and holidays. In the event the contractor does not respond to an emergency repair request by the Government in the time provided in the preceding paragraph, the Government reserves the right to perform the service in-house or acquire the required service from another vendor. The total cost (labor and materials) for the Government or another vendor to perform the required emergency service shall be deducted from the monthly payment to the initial contractor. Routine Repair - the Contractor shall perform all repairs as may be required to restore the instruments to optimum operating capacity. The COTR, Alternate COTR, or designated laboratory personnel may place calls for repairs; the caller will indicate the equipment in need of repair and its location. This contact with the Contractor will be done by the most convenient means, normally by direct telephone contact. The Contractor shall inspect and complete routine onsite repairs to the instruments specified by this contract within forty-eight hours (two work days) after the call has been placed by the NIEHS designated official. However, in the event repair parts have to be ordered the equipment shall not be out of service for more than five workdays, unless approved by the COTR. The Contractor shall be required to furnish repair parts that meet or exceed manufacturer standards. Repair parts used by the Contractor must be warranted against defects in materials and workmanship for one year. Equipment shall be maintained by the Contractor to 100% of equipment's original specifications and technical updates. Relocations - the Contractor, at the request of the COTR or Alternate COTR, shall prepare equipment for relocation and reinstall equipment once it has been moved and assure the NIEHS designated official that the instrument is operating at optimum capacity. The instrument should be moved within 24 hours of the request or on the date specified. Whenever possible, the Contractor shall combine the preventive maintenance inspection with the installation of the instruments following relocation. Arrangements for transportation of the instrument will be the responsibility of the Government. This is to be a Firm-Fixed Price Contract with an initial one (1) year period with four (4) option year periods. Interested firms responding to this market survey must provide the following: (a) Company name, address, phone number, primary contact(s), e-mail address, business classification/size, and DUNS number. (b) Capability statement that demonstrates your experience, skills, and capability to fulfill the Governments requirements. The capability statement shall be in sufficient enough detail so that the Government can determine whether your firm can meet the requirements. (c) References. Two (2) copies of the capability statement must be received no later than 07:00 am eastern time on February 7, 2011 to the following address: USPS: NIEHS - Attention: Brian D. Moyer P.O. Box 12874 Research Triangle Park, NC 27709 Fed-Ex: NIEHS - Attention: Brian D. Moyer Keystone Bldg., Room 1051 530 Davis Drive Morrisville, NC 27560 Responses by fax or email WILL NOT BE ACCEPTED. 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 pre-solicitation 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). Place of Performance: NIH/National Institute of Environmental Health Sciences Bldg. 101, South Campus 111 T.W. Alexander Drive Research Triangle Park, NC 27709
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/HHS-NIH-NIEHS-OA-SS-11-116/listing.html)
 
Place of Performance
Address: NIH/NIEHS, 111 TW Alexander Drive, Research Triangle Park, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN02367830-W 20110129/110127234057-c1fad696dcd3fa3b94818575f845af30 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.