SOLICITATION NOTICE
N -- Siemens' DDC System Installation
- Notice Date
- 2/6/2020 3:46:32 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-054
- Response Due
- 2/20/2020 8:59:00 PM
- Archive Date
- 02/27/2020
- Point of Contact
- TINA ROBINSON, Phone: 3014437796
- E-Mail Address
-
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-20-054 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2020-03. The North American Industry Classification (NAICS) Code is 238210 and the business size standard is $16.5m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to procure on a sole source basis with Siemens Industry, Inc. - 6435 Virginia Manor Road � Beltsville, MD service to provide and install a Siemens DDC System for Building 6 ZMOD project inclusions as follows: � Provide and install a Siemens DDC system comprised of Siemens PXC and PX Modular Controllers and TX I/O � All actuation shall be Siemens electric/electronic � Furnish, install and wire a start/stop and current switch status for (1) pump for each ZMOD (total of 2 on separate field panels). � Furnish, install and wire a start/stop and current switch status for (1) UV light for each ZMOD (total of 2 on separate field panels). � Furnish, install and wire (2) immersion temperature sensors for each ZMOD (total of 2 on separate field panels). � Furnish, install and wire (1) float switch for each ZMOD (total of 2 on separate field panels). � Install NIH provided YSI sensor and flow cell for each ZMOD (total of 2 on separate field panels). � Wire YSI sensors to Siemens field panel for each ZMOD (total of 2 on separate field panels). � All wiring to be in liquid tight conduit for each ZMOD (total of 2 on separate field panels). � Furnish, install and wire (2) dosing pumps for each ZMOD (total of 2 on separate field panels). � Utilize existing field panel in 4B406 � Program system to sequence of operation provided by others � NIH to provide network connection to existing system � Provide engineered drawings � Work to be performed during normal business hours (6am -4pm) � Coordinate with National Institutes of Health (NIH) to minimize impact to the building � Updates graphics The staff provide husbandry and life support for thousands of zebrafish among many different institutes in different facilities around the NIH campus. This zebrafish facility is the quarantine room for one of the largest in the world and is extremely important to the animal research community. This room helps keeps pathogens away from most of the animals. The current animal rack in the quarantine aquatic facility in building 6B is going to be replaced. The existing monitoring system and panels do not meet the requirements for the new racks. These panels monitor water quality values, pumps, UVs, etc. 24 hours a day, 7 days a week. They also will control the new salt and sodium bicarbonate dosers to keep water quality optimal. They will alert the staff if a parameter goes out of range or the system components aren�t working properly. We need to have 24/7 monitoring for the safety of the animals. If a water parameter like pH, conductivity, or dissolved oxygen were to go out of range off hours, this could cause a mass die off very quickly. We have a maintenance agreement with Siemens to monitor these points and others such as pumps and UVs to contact us when something alarms so we can respond quickly to the event. Due to Siemens Apogee System�s unique proprietary protocol, no other system can communicate with it. Siemens service/software is necessary to continue operating the existing program and to not suffer significant loss of animals and research. Siemens trained personnel/technicians must provide the needed service. The current panel will not communicate or monitor water quality and other points with the new system being installed. This panel and technology are proprietary to Siemens and no other company can work on them or use this 24-hour monitoring system. Without this monitoring and control, the animals will suffer unnecessary stress and death, and research will be lost. Siemens APOGEE software and field panel hardware is sold serviced and updated exclusively by Siemen Industry, Inc Building Automation Division. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items - best value to the Government, considering both price and non-price factors; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the specified services in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Quotations/Offers sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710B Rockledge Drive, MSC 1159B, Bethesda, MD 20892. Attention: Tina Robinson, by the date and time mentioned above. Offers must also be accompanied by descriptive literature, delivery/completion timeframe, liability insurance, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due fifteen calendar days from the publication date of this synopsis or by February 20, 2020 by 9 am, EST. via email to robinsti@mail.nih.gov. The quotation must reference �Solicitation number� NICHD-20-054. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-054 on the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award or have quotation/proposal accepted, contractor must be registered and have a valid all awards certification in the SAM database @www.sam.gov @ time of submittal of quotation/proposal.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/569d71ae94184116a1d9623ada27cd58/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05553550-F 20200208/200206230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |