SOURCES SOUGHT
66 -- Sources Sought for Environmental Monitoring System
- Notice Date
- 9/9/2014
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument 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-SS-HL-2014-266
- Archive Date
- 10/1/2014
- Point of Contact
- Jennifer Swift, Phone: 3014350358
- E-Mail Address
-
Jennifer.Swift@nih.gov
(Jennifer.Swift@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- HHS-NIH-NHLBI-SS-HL-2014-266 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. 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 two of NHLBI's laboratories is the maintenance of critical research and reagents at their assigned temperatures. It is also required by FDA current Good Manufacturing Practices (cGMPs) that certain research be able to document the proper storage of components stored at room temperature, under refrigeration and in -20C to -80C and LN2 freezers. This practice is also required by NHLBI due to the cost of the research in question. Purpose and Objectives Two NHLBI 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. Project 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 be able to provide documentation of such legal access 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 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 which has two 4-core Intel Xeon CPUs @ 2.5GHz, 8GB of RAM and 500GB of hard disk space. b. Compatible with existing wireless and buffering MPX-RMT panels, as necessary. 2. (14) 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. (8) 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. (30) Wall mountable transformers with electrical input/output as required by transmitters. 5. Integration with Existing NIH WLAN Contractor shall supply NIH CIT with a complete list of all required device MAC addresses. Anticipated period of performance - 8 weeks from date of award Capability statement/Information sought Responses must directly demonstrate the company's capability, experience, and ability to provide the equipment described above. Interested small business organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary and will be properly safeguarded for Government use only. Capability statements must include a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact that has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register in the System for Award Management located at http://www.sam.gov. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Jennifer Swift, Contracting Officer, at jennifer.swift@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by September 16, 2014 at 3:00 PM EST. All responses must be received by the specified due date and time in order to be considered. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-SS-HL-2014-266/listing.html)
- Record
- SN03502766-W 20140911/140910000442-776ed53b764ec57748b1bd5cd805b3df (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 |