Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOLICITATION NOTICE

66 -- REES SCIENTIFIC CORP. / Request to install MPX panel and 14 probes with loop calibration.

Notice Date
3/24/2022 7:31:11 AM
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
22-006452
 
Response Due
4/8/2022 7:00:00 AM
 
Point of Contact
Grace Wong-Darko, Phone: 3014961199
 
E-Mail Address
grace.wong-darko@nih.gov
(grace.wong-darko@nih.gov)
 
Description
INTRODUCTION This is not a request for a quotation. A solicitation document will not be issued and quotations will not be requested. THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Center for Cellular Engineering (CCE), Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (including brand-name) to: REES SCIENTIFIC CORPORATION 1007 WHITEHEAD ROAD EXT STE 1 EWING, NJ, 08638-2405 ,USA NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334290 with a Size Standard 750. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2022-04 January 30, 2022. 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. 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. GENERAL INFORMATION 1. Title: REES SCIENTIFIC CORP. / Request to install MPX panel and 14 probes with loop calibration. 2. Background Information:� The U.S. Department of Health and Human Services, National Institutes of Health (NIH), Clinical Center (CC), Department of Transfusion Medicine (DTM), Center for Cellular Engineering (CCE) operates several current Good Manufacturing Practices (cGMP) facilities which are utilized to manufacture cellular therapies for patients enrolled on Clinical Trials at the NIH. In order to be compliant with 21CFR 211.42 (Current Good Manufacturing Practice for Finished Pharmaceuticals, Subpart Equipment Maintenance and Cleaning), a system that monitors the environmental conditions within facilities used to manufacture cell therapies, as well as the performance of all critical equipment used in manufacturing and storage of cell therapies is required. A Rees Scientific environmental monitoring system is installed in the 2J facility operated by the CCE to meet this requirement. The probes that are installed in the rooms provide temperature and humidity information that is partial and represents the immediate area of the probe/sensor placement. Currently the probes for the emergency monitoring system (Rees) and the building automation system are not colocalized and this results in the two systems providing discordant results. This project involves installing new probes/sensors within the duct work of the HVAC system where they can be colocalized with the probes for the BAS, this will provide more accurate representation of the overall conditions in each room of this facility. This Statement of Work details the tasks and responsibilities of the Contractor (Rees Scientific) in providing installation of probes/sensors required to maintain accurate monitoring at CCE�s manufacturing facility. 3. Purpose or Objective: Request to install MPX panel and 14 probes with loop calibration from Rees Scientific. 4. Period of Performance: 12 months. 5. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) SCOPE: The Contractor (Rees Scientific) shall provide all the labor, material, equipment and reference standards necessary to maintain the Rees Scientific monitoring/alarm system, as follows Item/Service Description/Quantity 1 -Network connected MPX remote panel with 7-day 15-minute buffering. 16 Input Expansion Panel with RJ45 Connectors and 24 Volt Power for Linear Transducers-; QTY�2. 2 -Humidity and Temperature Transmitter, duct mount for use in air ducts requiring high accuracy humidity and temperature data. Range -40 to 85 C and 0-100% RH Accuracy +/- 1%. Uncertainty of calibration .95%.�Includes ISO17025 Traceable Certificate for 3 points of humidity and 3 points for temperature; QTY�14.� 3 -Certificate of As-Found value prior to calibration or change/removal of existing probe. The certificate will include both the current probe�s Rees system reading and the reading from an independent reference instrument; QTY. 28. 4 -Certificate of As-Found value prior to calibration or change/removal of existing probe. The certificate will include both the current probe�s Rees system reading and the reading from an independent reference; QTY.�28. 5 -Additional Calibrations and Testing. Freight; QTY.1. The Contractor shall provide all labor and material necessary to install 14 probes/sensors with 2 inputs each (14 temperature/14 humidity) and 2 MPX remote panels to monitor CCE�s manufacturing facility (2J). The contractor will also provide Certificate of As-Found value prior to calibration or change/removal of the existing probe. The certificate will include both the current probe�s Rees system reading and the reading from an independent NIST traceable reference. The Government shall provide access to the required facilities and equipment as required to perform the outlined work. All routine onsite service shall be provided during standard business hours, defined as 7:00am-5:00pm EST, Monday through Friday, excluding Federal Holidays found at: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. Service shall be performed in accordance with the original equipment manufacturers (OEM) most current commercial maintenance procedures by OEM-authorized and trained service personnel. All travel, labor and related charges shall be included. TASKS� � � � � � � � � � � Installation Install Network connected MPX remote panel with 7-day, 15-minute buffering. 16 Input Expansion Panel with RJ45 Connectors and 24 Volt Power for Linear Transducers. Install 14 dual Humidity and Temperature Transmitters, duct mount for use in air ducts. Includes ISO17025 Traceable Certificate for 3 points of humidity and 3 points for temperature. 1.1 Calibration Field calibration of the 4-20 mA loop at 3 Points to Ensure Overall System Accuracy Using a Certified 4 to 20 mA Sensor. 1.2 Service Exclusions The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Natural Disasters, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this purchase order. 1.3 SEVERABLE SERVICED The services acquired under this purchase order are severable services. Funds are only available for the use of the line item to which they are obligated. Unused funds from one period (line item) may not roll over for use in other periods. 2.0 PLACE OF PERFORMANCE Onsite services include the following facility location(s) 2J cGMP facility and 2N325MR located at the Clinical Center. NIH/CC/DTM/CCE 10 Center Drive Bethesda MD 20892 CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This system is on site and has been validated for use on CC patients.� It would be detrimental to the government to attempt to change systems and quite impossible as these instruments are proprietary and only distributed by Rees Scientific Corp.� With the continuation of using the same supplies will also help reduces the risk of a disruption in patient care. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research. 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 a technical proposal, a cost-price proposal, and the period of performance, 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 8tht, 2022, 10:00 AM Eastern time and must reference solicitation number 22-004260. Responses may be submitted electronically to Mrs. Grace Wong-Darko, Contracting Specialist at Grace.Wong-Darko@nih.gov. 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
SAM.gov Permalink
(https://sam.gov/opp/6f9d4203fd8744c4bd2f8e934811d572/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06278636-F 20220326/220324230112 (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.