Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2021 SAM #7003
SOLICITATION NOTICE

66 -- NIF 4.7T Electronics Room Air Handler & Chilled Water Coil Replacement

Notice Date
1/29/2021 9:00:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-21-000295
 
Response Due
2/5/2021 12:00:00 PM
 
Archive Date
02/06/2021
 
Point of Contact
Robin Knightly, Phone: 13018275302, Valerie Whipple, Phone: 3018275218
 
E-Mail Address
Robin.knightly@nih.gov, valerie.whipple@nih.gov
(Robin.knightly@nih.gov, valerie.whipple@nih.gov)
 
Description
NIF 4.7T Electronics Room Air Handler & Chilled Water Coil Replacement Competitive Combined Synopsis/Solicitation NIMH-21-000295 INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures. The solicitation number is NIMH-21-000295 and the solicitation is issued as a request for quotation (RFQ).� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 238220, $16.5M. � SET-ASIDE STATUS This requirement is a full and open competition � ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.� ��� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04 dated January 25, 2021. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The NIF 4.7T Bruker scanner is one of only a few unique vertically-oriented MRI scanners in the world dedicated to the imaging of non-human primates (NHP). This scanner serves the research goal of conducting functional imaging of NHP in psychophysics experimental studies. The electronics of the scanner, along with the data servers and experimental computers, generate considerable heat and must be kept at a cool operating temperature to prevent damage to the systems. This required a separate electronics room with its own dedicated air handling and cooling units, connected to the building chilled water supply, to contain this equipment. These dedicated air handler chilled water units must be able to maintain a constant temperature of 60 degrees Fahrenheit, even during the operation of the scanner and experimental equipment. Purpose The purpose of this order is to replace the air handler as well as the chilled water coil and piping for the NIF 4.7T scanner electronics room.� In the NIF 4.7T scanner electronics room, one of the two air handler units has failed due to water damage from a leaking chilled water coil piping. With only one functional unit, it is insufficient to maintain the requisite operating temperature of 60 degrees Fahrenheit. Due to the heat generation of the electronics for the MRI scanner, insufficient cooling can cause the electronics to shut down and cause permanent damage. The repair requires the replacement of the air handler as well as the chilled water coil and piping of the Above Air Technologies unit. Project Requirements � See Attached Statement of Work and Photos for specific details.� The Contractor shall supply all parts and labor to fulfill the project requirements. ����������� Delivery Requirements/Period of Performance Base Period:������������� 60 days ARO The Contractor shall deliver and install the required items within 60 days of purchase order award to the location listed in the Place of Performance below. Place of Performance Neurophysiology Imaging Facility NIH BLDG 49 49 Convent Drive Bethesda, MD� 20814 Contract Type The Government intends to issue a Firm Fixed Price (FFP) purchase order for this requirement. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT). Response Format Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the salient characteristics of the product.� The offeror must indicate in their response as to whether the brand-name or equal product proposed can or cannot meet the salient characteristics as stated in this combined solicitation synopsis.�� In addition, the quote must provide their company name, Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.� EVALUATION The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. In order to be acceptable, the product must meet all the salient characteristics listed in the product description.� Award will be made on all or none basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDITIONAL INFORMATION The Offerors to include a signed copy of the provision at FAR clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020), with its offer. FAR 52.212-1 Instructions to Offerors � Commercial Items (OCT 2018), applies to this acquisition The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2020), with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include labor costs, breakdown and rationale for other direct costs or materials, and the total amount. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."" CLOSING INFORMATION All responses must be received by 3:00 PM, Friday, February 5, 2021 and reference number NIMH-21-000295. Responses may be submitted electronically to robin.knightly@nih.gov, and valerie.whipple@nih.gov. Any questions must be submitted by 1:00 PM EST on Tuesday, February 2, 2021. Fax responses will not be accepted. ATTACHMENTS Attachment 1 � Statement of Work Attachment 2 - Photos Attachment 3 � 52.204-24 and 52.212-3 Clauses Attachment 4 � Invoice Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c826cbae287c4caf8943258c2f7737cf/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN05904011-F 20210131/210129230103 (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 |
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.