Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
SOLICITATION NOTICE

66 -- Environmental Monitoring System for Division of Intramural Research Laboratories

Notice Date
8/12/2014
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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
HHS-NIH-NHLBI-CSB-HI-2014-221-CDB
 
Archive Date
9/3/2014
 
Point of Contact
Chris Bocus, Phone: 3014027888
 
E-Mail Address
chris.bocus@nih.gov
(chris.bocus@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction: THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a sole source noncompetitive basis to expand the existing equipment monitoring system in the laboratories of the Division of Intramural Research (DIR) to Rees Scientific Corporation, 1007 Whitehead Road Ext. Ste. 1, Ewing, NJ, 08638-2405. Background: The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The NHLBI stimulates basic discoveries about the causes of disease, enables the translation of basic discoveries into clinical practice, fosters training and mentoring of emerging scientists and physicians, and communicates research advances to the public. It creates and supports a robust, collaborative research infrastructure in partnership with private and public organizations, including academic institutions, industry, and other government agencies. The Institute collaborates with patients, families, health care professionals, scientists, professional societies, patient advocacy groups, community organizations, and the media to promote the application of research results and leverage resources to address public health needs. The NHLBI also collaborates with international organizations to help reduce the burden of heart, lung, and blood diseases worldwide. An essential service required by the laboratories is the maintenance of critical research and reagents at their assigned temperatures. Purpose and Objective: The Division of Intramural Research (DIR) laboratories are currently in need of installation of an environmental monitoring system for multiple pieces of laboratory equipment. It will be important to implement a system that can be fully integrated with the planned NHLBI Rees Scientific equipment monitoring and alarm system for Building 10 on the NIH Bethesda, MD campus. Contractor Requirements: General: 1. The system as described shall be installed, tested, and delivered to the owner in first class condition. The system will include all required hardware, software, and wiring to accomplish the requirements of the Statement of Work. 2. All installation personnel shall be fully qualified by the manufacturer to install systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The contractor shall provide proof that the installation personnel meet these requirements. 3. Contractor must have legal access to applicable software licenses and must be supplied during service and upgrades. Vendor must also supply only new hardware components/modules. Annual maintenance must also include the latest software release at the time of validation. 4. The contractor must have previous experience working with and installing equipment into laboratories. 5. The contractor shall be a currently certified ISO 9001 company. Hardware Specifications: 1. Environmental monitor with the following features: a. Able to operate on existing facility server. b. Compatible with existing wireless and buffering MPX-RMT panels, as necessary. 2. (12) Universal Wi-Fi 802.11b/g/n wireless transmitters for (1) input. Transmitters shall have the following features: a. Capable of accepting any industry standard sensor. b. Provides 12 bit analog to digital conversion accuracy. c. Buffers minimum of 7 days of readings history recorded at maximum of (5) minute intervals. d. AC powered with battery backup. e. Power outage alarm. f. Frequency Band: ISM 2.4 GHz g. Protocols: 802.11b/g/n h. Encryption: WPA-PSK and WPA2-PSK i. Channels: 14 channels 3. (6) Universal Wi-Fi 802.11b/g/n wireless transmitters for (2) input. Transmitters shall have the following features: a. Capable of accepting any industry standard sensor. b. Provides 12 bit analog to digital conversion accuracy. c. Buffers minimum of 7 days of readings history recorded at maximum of (5) minute intervals. d. AC powered with battery backup. e. Power outage alarm. f. Frequency Band: ISM 2.4 GHz g. Protocols: 802.11b/g/n h. Encryption: WPA-PSK and WPA2-PSK i. Channels: 14 channels 4. (24) Wall mountable transformers with electrical input/output as required by transmitters. Integration with Existing NIH WLAN 1. Contractor shall supply NIH CIT with a complete list of all required device MAC addresses. Period of Performance: To be negotiated upon award Government Responsibilities 1. Provide CAD drawings of facility floor plans to vendor for input to equipment monitoring software. 2. Help facilitate access to required facilities and equipment as required to perform the outlined work. 3. Communicate with the contractor during the project performance. 4. Confirmation of minimum server requirements: Quad Core Xeon, 2.0GHz, 1GB 667MHz (2X512MB), 2- 80GB hard drives configured in RAID-1. Windows Server 2003 or 2008 OS. Embedded Ethernet NIC, 24X IDE CD-RW/DVD ROM, 4 available USB ports. Reporting Requirements and Deliverables Vendor shall submit project schedule, drawings, specifications, catalog cut sheets and technical information to NIH, "For Approval" prior to commencing any work Program Management and Control Requirements All work associated with this project shall conform with NIH Design Requirements Manual, and the applicable ASTM, ASME, ANSI, NFPA, and Federal, State and Local OSHA Codes. Validation, Inspection and Acceptance Requirements The system manufacturer shall supply at the completion of the installation, a complete software validation test report necessary to satisfy FDA and other regulatory requirements that provides as a minimum: 1. A complete testing protocol that tests: a. All software menu options b. Functional tests of all capabilities c. Boundary tests d. Stress tests e. Invalid case tests f. Special case tests 2. All test results must be provided with complete test system configuration information and test setup information. Results provided must show all backup data documenting printouts and appropriate signatures and approvals as required by the FDA and other regulatory agencies. The FDA and other regulatory agencies consider simple pass/fail signoffs insufficient. 3. The system manufacturer shall supply at the completion of the installation a complete IQ/OQ validation test report necessary to satisfy FDA, GMP, GLP, FDA, AALAS, AALAC, and other regulatory requirements that provides as a minimum: a. A complete testing protocol that tests as a minimum: i. All inputs are working properly. ii. All temperature and humidity sensors, hardwired or wireless, are installed in the correct places as indicated by their names on the PC. iii. All sensors are reading correctly. iv. All sensors are properly calibrated. v. The system properly identifies an alarm situation. vi. The local alarm is operational. vii. The remote alarm contacts are functional. viii. The proper voice and data telephone calls are made. ix. The system accepts the proper acknowledging signal over the phone. x. Optional Touch-Screen will be tested for proper function of the buttons. xi. The Processor, RAM, and PROM will be tested to ensure that the program is exactly as originally installed. xii. The A/D converter, voice chip, phone interface, display interface, and remote panel communications will be tested. xiii. All output relays that are in use will be tested to ensure proper function. xiv. Lighting over ride controls (timers) will be tested to ensure proper function. b. All test results must be provided with complete test system configuration information and test setup information. Results provided must show all backup data documenting printouts and appropriate signatures and approvals as required by the FDA and other regulatory agencies. The FDA and other regulatory agencies consider simple pass/fail signoffs insufficient. Warranty 1. The Contractor shall warrant the completed environmental monitoring and control system, to be free of mechanical and electrical defects for a period of one (1) year, from completion of the installation and system IQ/OQ. 2. The contractor will provide 24/7 technical support and on-site service to repair or replace, as needed, to restore full system operation for one year from date of equipment installation. 3. The contractor shall make available to the Owner, a Preventative Maintenance/OQ/Service Contract proposal for subsequent years following the initial warranty period. Instruction 1. System manufacturer shall provide a minimum of 4 hours of training to systems operations personnel, at the completion of the installation. Justification: The determination by the Government to award a contract without providing for full and open competition is based upon the FAR 6.302-1, the equipment and services are only available from Rees Scientific as part of the continued development of the existing environmental monitoring system. Rees Scientific is the sole source vendor for the manufacture, sales and service of Rees Scientific products, and does not sell or provide parts, software, or validation protocols to any outside vendors or distributors. Regulatory Authority: This acquisition is conducted under the authority of FAR Part 6.302-1(a) 2.ii., Only one responsible source and no other supplies or services will satisfy agency requirements for follow-on contracts. Additional Information: Industry Classification (NAICS) Code is 334519, Other Measuring and Controlling Device Manufacturing and the Small Business Size Standard is 500 Employees. This acquisition is conducted under the procedures as prescribed in FAR subpart 12-Acquisition of Commercial Items and FAR subpart 13-Simplified Acquisition Procedures. The solicitation document, the incorporated provisions and clauses are those in the Federal Acquisition Circular 2005-76, effective July 25, 2014. The determination by the Government to award a purchase order on a sole source noncompetitive expand the existing equipment monitoring system in the laboratories of the Division of Intramural Research (DIR) to Rees Scientific Corporation, 1007 Whitehead Road Ext. Ste. 1, Ewing, NJ, 08638-2405, is based upon the market research conducted in accordance with one or more of the techniques specified in FAR Part 10-Market Research, Subpart 10.002(b)(2). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by August 19, 2014 at 12:00 p.m. EST. Responses must reference synopsis number HHS-NIH- NHLBI-CSB-HI-2014-221-CDB, may be submitted to the National, Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6121A, Bethesda, Maryland 20892-7902, Attention: Chris Bocus. Response may be submitted electronically to chris.bocus@nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-HI-2014-221-CDB/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03462365-W 20140814/140813022753-64fa2fe77c23c377e1a5e72bb88c89b1 (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.