SOLICITATION NOTICE
66 -- Lap Products Hydropac Pouch Machine and Maintenance
- Notice Date
- 4/6/2016
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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-DE-2016-112-RSF
- Archive Date
- 5/3/2016
- Point of Contact
- Rashida S. Ferebee, Phone: 3014352605
- E-Mail Address
-
ferebeers@nhlbi.nih.gov
(ferebeers@nhlbi.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 AND OPEN COMPETITION (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) on behalf of The National Institute of Dental and Craniofacial Reseach (NIDCR) intends to negotiate and award a Purchase Order without providing for full and open competition (Including brand-name) to Lab Products for maintenance services for the NIDCR owned Hydropac® AWS 2500 and to procure one Lab Products Hydropac® AWS 2500 Pouch Machine with the associated maintenance plan. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a Size Standard of $20.5M. REGULATORY AUTHORITY The resultant Purchase Order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-87 effective 07 MAR 2016. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. FAR Subpart 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1), provides the authority to sole source. DESCRIPTION OF REQUIREMENT Background The 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 mission of the National Institute of Dental and Craniofacial Research (NIDCR) is to improve dental, oral, and craniofacial health through research, research training, and the dissemination of health information. The function of the Veterinary Resources Core (VRC) is to provide husbandry, veterinary care, research technical support, assistance in the writing of Animal Study Protocols, and education and assistance regarding interpretations of animal use regulations, and health and safety policies. The VRC owns a Hydropac® AWS 2500 machine and requires a maintenance service plan to ensure its continued operation. Purpose and Objectives The purpose of this acquisition is to procure a maintenance service plan for the NIDCR owned Hydropac® AWS 2500. The maintenance plan will ensure the machine will continue to provide highly filtered water to the VRC rodent population. Period of Performance Base Year: May 4th, 2016 - May 3rd, 2017 Option Year 1: May 4th, 2017 - May 3rd, 2018 Option Year 2: May 4th, 2018 - May 3rd, 2019 Option Year 3: May 4th, 2019 - May 3rd, 2020 Option Year 4: May 4th, 2020 - May 3rd, 2021 Performance Location National Institutes of Health, NIDCR 9000 Rockville Pike Building 30 Bethesda, MD 20892 Project Description Contractor Tasks/Deliverables: 1) Contractor shall deliver one (1) Lab Products Hydropac® AWS 2500 pouch machine with the associated maintenance plan to NIH/NIDCR. 2) Contractor shall perform not less than 4 preventative maintenance inspection(s) during the contract period. Service shall be performed by factory trained Field Service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, lubrication and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 3) Upon each regularly scheduled visit the contractor shall visually inspect, test, and make any needed adjustments to: a. SAFETY GUARDS: including i. Door, Latches & Hinges ii. Rear Guards iii. Light Curtain iv. Heater Guards b. HEATER BAR: including i. Clean Knife ii. Clean Horizontal Heater Bar iii. Heater Bar Secure & Aligned iv. Mandrel Tape & Silicone v. Heater Bar Lines vi. Vertical Tape vii. Horizontal Front Tape viii. Horizontal Rear Tape ix. Clean Vertical Heater Bar c. FILM FEED: including i. Brake Assembly ii. Roller 1-9 iii. Film Roll Shaft iv. Film Alignment Wheel Assembly v. Forming Head vi. Fill Tube Counter Stop vii. Film Advance Assembly d. PNEUMATICS: including i. Hose Connections ii. Cylinders iii. Valve Island (PSI) iv. Safety Valve v. Moisture Filter vi. Hose Connections vii. Moisture Trap viii. Condensation Drain Valves e. GENERAL: including i. Cooling Fans ii. Solenoid Connections iii. Casters iv. Pouch Diverter v. Cabinet Condition f. PLUMBING: including i. Water Supply Hose ii. Water Supply iii. Large / 13 Oz. Volume ___ iv. Small / 8 Oz. Volume ___ 4) During the PM visit the contractor shall replace the following parts, as required: a. 584030 SILICONE SEAL STRIP.250X.483 Extruded SLC x 8.813 2 b. 770606 Gasket Strip 1/4" x 1/2" SIL 70 DUR x 36" Long Piece * 3FT. c. 770926 5.0MILX2"Pres Sens Adh Teflon Tape x 18 Yard Roll * 3FT. d. 95670308 P/L HP Replacement Filter 1 e. 641060 AIR COMPRESSOR INTAKE MUFFLER 2 f. 730887 Hdwe Bronze Flange Bushing 2 g. 730888 Hdwe Bronze Bushing 1 h. 730889 Hdwe Bronze Bushing 1 i. A610028 Thrust Washer Side Seal Arm 1 5) The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. Contractor Requirements 1) Personnel shall be factory trained and have experience in the servicing aforementioned instrument. All primary service personnel shall have at least one backup Field Service representative with at least the same level of expertise on the equipment covered by this contract. 2) Equipment diagnosis shall be provided within two (2) hours and on site repair within two (2) days. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION Only one source is available: The determination by the Government to make a single-sole source is based upon the market research conducted as prescribed in FAR Part 10-Market Research, specifically the results of the market research concluded that Lab Products is the sole provider of maintenance for the AWS 2500 Pouch Machine. Lab Products is the Original Equipment Manufacturer (OEM) of the federally trademarked Hydropac AWS 2500. As the OEM, Lab Products provides unique characteristics client choice contractors cannot provide, most notably the ability to provide technicians specifically trained on the required equipment, OEM repair parts without a maximum dollar threshold, and on-site maintenance calls within 48 hours. Due to these unique characteristics, Lab Products is the only responsible source for the AWS 2500 maintenance. CLOSING STATEMENT 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 April 18th, 2016 9:00 AM EST and must reference number NHLBI-CSB-DE-2016-112-RSF. Responses may be submitted electronically to Rashida Ferebee, ferebeers@nhlbi.nih.gov, or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch,6701 Rockledge Drive, Suite 6142, Bethesda, MD 20892-7902, Attention: Rashida Ferebee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2016-112-RSF/listing.html)
- Place of Performance
- Address: NIH/NIDCR, Bethesda, Maryland, United States
- Record
- SN04075140-W 20160408/160406234458-66cf434371e7df6ad68b608c40599bcb (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 |