Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOURCES SOUGHT

J -- Preventive Maintenance and Repair of Government-Owned X-Ray Film Processors - Attachment 1 - SOW

Notice Date
6/8/2015
 
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
NIHES2015053
 
Archive Date
6/11/2015
 
Point of Contact
Onyenauché Washington, Phone: (919) 541-0423
 
E-Mail Address
uche.washington@nih.gov
(uche.washington@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - SOW 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 America 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. BACKGROUND: The National Institute of Environmental Health Sciences (NIEHS), located in the Research Triangle Park, North Carolina, is one of the 27 Institutes and Centers composing the National Institutes of Health. The NIEHS is home to the National Toxicology Program (NTP), a Health & Human Services (HHS) interagency program dedicated to testing and evaluating substances in our environment. The program was created as a cooperative effort to coordinate toxicology testing programs within the federal government; strengthen the science base in toxicology; strengthen the science base in toxicology; develop and validate improved testing methods; and provide information about potentially toxic chemicals. The audiences for these efforts are the health, regulatory, and research agencies, scientific and medical communities, and the public. PURPOSE AND OBJECTIVES: This Requirement shall provide qualified personnel to perform inspection and preventive maintenance and repair for X-Ray film processors as required at the National Institute of Environmental Health Sciences (NIEHS), Research Triangle Park, North Carolina. The Contractor shall perform the following tasks: (1) General Support Services; (2) Preventative Maintenance Services; and (3) Routine Repair Services. See Attachment 1, Statement of Work for details. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance is a base of 12 Months with two 1-year option periods. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement will be classified under the NAICS code 811219, "Other Electronic and Precision Equipment Repair and Maintenance" with a size standard of $19.0M. ANTICIPATED CONTRACT TYPE: The anticipated contract type will be a hybrid labor hour and firm fixed price contract type. DELIVERY LOCATION: National Institute of Environmental Health Sciences, Building 101, 111 T.W. Alexander Drive, Research Triangle Park, North Carolina 27709. CAPABILITY STATEMENT/INFORMATION SOUGHT: Capability statements should include the following information: (a) Company name and address; (b) Clear and convincing documentation of their capability of providing and ability to provide the services specified in this notice; (c) Examples of prior completed Government contracts, references, and other related information; respondents' DUNS number, organization name, address, point of contact, size and type of business (e.g., 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); (d) Point of contact, including telephone number and email address for representative from interested business; (e) Do you have a GSA vehicle that could be utilized for these services? If yes, please provide the contract number and point of contact information. 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). 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. Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within fifteen days of this posting. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email, with the sources sought notice number in the subject line to the Contracting Officer listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2015053/listing.html)
 
Place of Performance
Address: See Description Above., Research Triangle Park, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN03756712-W 20150610/150608234915-9849ba55a82ac4c7beface8379ba77af (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.