SOURCES SOUGHT
J -- Annual maintenance for Liebert UPS/power/battery/cooling equipment
- Notice Date
- 8/14/2018
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800449
- Point of Contact
- Stuart G. Kern, Phone: 3014023334
- E-Mail Address
-
stuart.kern@nih.gov
(stuart.kern@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: 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. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Purpose and Objectives: The National Center for Advancing Translational Sciences (NCATS) of the National Institutes of Health requires preventive maintenance for Liebert-brand power infrastructure (power conditioning, uninterruptable power supplies, batteries, and cooling services) that support NCATS' laboratories, automated laboratory equipment, robotic systems, administrative areas, etc. Support is required for the following Liebert systems: DESCRIPTON, LIEBERT MODEL NO. SEALED BATTERY, 38BP080XMX1BNS NX UPS 60KVA, 38SA060A0A00 EXM UPS 10KVA IB, 47SA010A2CF0899 EXM UPS 10KVA IB, 47SA010A2CF0A04 EXM10 MAINTBYPSS, 47MBA37AC0R1080 STAT TRANS SWITCH, STA0100A32C870 STAT TRANS SWITCH, STA0100A32C870 NX UPS 60KVA, 38SA060A0A00 SEALED BATTERY, 38BP080XPX1BNS NX BYPASS DIST CAB, FNA07ANNNN3 REM DIST CAB, RXCSB24S3383 REM DIST CAB, RXCSB24S3383 POWER DIST 75KVA, PPA075C234A3383 POWER DIST 75KVA, PPA075C234A3383 NX UPS 100KVA, 38SA100A0A01S37 NX UPS 100KVA, 38SA100A0A01S37 SEALED BATTERY, 38BP120XPX1BNS SEALED BATTERY, 38BP120XPX1BNS COOLING LBRT DSCW, CW038DC1A2S742 COOLING LBRT DS, DS105DUA1EI447S COOLING LBRT DS, DS105DUA1EI447S Anticipated period of performance: One year, 9/29/2018 - 9/28/2019, with four option years. Capability statement /information sought: Respondents must provide a capability statement that shows: Evidence that they are authorized partner of Vertiv (formerly Emerson Network Power) Expertise and experience in the maintenance of these systems: Power conditioning/power center Power distribution systems Stationary battery systems Uninterruptible power systems Static transfer switches Precision cooling services (floormount, ceiling, wallmount, and heat rejection) Ability to provide guranteed emergency response Evidence that service personnel are factory-trained Responses must include information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., small business, 8(a), HubZone, etc.), pursuant to the applicable NAICS code, and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Stuart Kern, Contract Specialist, at stuart.kern@nih.gov. The response must be received on or before Monday, August 20, 2018, at 2:00 p.m. Eastern time. 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 presolicitation 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/NIDA-01/NIHDA201800449/listing.html)
- Place of Performance
- Address: National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN05035931-W 20180816/180814231159-158eb1292936b6bde07652f2ace11298 (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 |