THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute on Drug Abuse (NIDA), Office of Acquisitions, Contracts Management Branch Blue, NIA Section on behalf of the National Institute on Aging intends to negotiate and award a contract for Data Science Assistance services in Neurodegenerative Disease.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 811219: Other Electronic Precision Equipment Repair and Maintenance with a Size Standard of 20.5 million.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2019-01, dated January 22, 2019.
STATUTORY AUTHORITY
This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
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.
DESCRIPTION OF REQUIREMENT
Project Description
Project Title: Rees Centron Monitoring System Maintenance Services
Reese monitoring systems are placed on each -80, -20/30 freezers as well as incubators in buildings 35, 35A, 10 and 49. The equipment also monitors the bulk tank levels (CO2, LN2 and Oxygen) located in the rear of Bldg. 35 at the loading dock. The Contractor shall provide the maintenance servics for Rees Centron Monitoring Systems and probes (Presidio Enterprize).
The Government has the ability to exercise options to increase quantities of probes and transmitters (both hard wired and wireless) per year during earch year of this contract. The minimum number of transmitters is 578 and the maximum is 658.
o Contractor shall perform one (1) preventive maintenance inspection during each twelve-month period. It will be performed 180 days after award. At a minimum, the service will include end user refresher training, software upgrades, system alignment and calibration, and replacement of damaged or worn parts. All preventative maintenance inspections must comply with Original Equipment Manufacturer (OEM) equipment manuals.
o Contractor shall provide 24/7 technical phone support by OEM certified technicians. If it is determined the equipment problem cannot be resolved through technical phone support, the contractor must provide on-site service within one (1) business day.
o Contractor shall provide emergency service. Completion of emergency service will be based upon agreement of the Government and Contractor. A firm completion date will be set if the anticipated timeframe exceeds four (4) weeks. All emergency service must comply with Original Equipment Manufacturer (OEM) equipment manuals.
o Contractor shall provide Rees certified replacement parts. Both parties will discuss labor and cost of replacement parts prior to being installed.
o Contractor shall provide preventative maintenance and emergency services to Government between the hours of 6:00 AM and 6:00 PM, Bethesda, MD local prevailing time, Monday through Friday, excluding Federal holidays. Government may request Contractor services outside the aforementioned timeframe on an as needed basis.
o Contractor shall have the capability of adding a maximum 20 transmitters per year, to the existing Rees Centron Monitoring System. A list of current transmitters will be provided to vendor once contract has been awarded.
o Contractor will not be responsible for repairs necessitated by user misuse or error, repairs required due to operator negligence, replacement of accessories and consumables, or problems associated with environmental conditions.
Purpose and Objectives: The purpose of this acquisition is to acquire a service contract for the Reese Centron Monitoring System (Presidio Enterprize) that monitors and controls CO2 levels and temperature of existing NINDS equipment.
The purpose of this requirement is to obtain preventive maintenance services on existing Government-owned laboratory equipment manufactured by Rees Scientific. The contractor shall be an Original Equipment Manufacturer (OEM) Authorized Service Provider of the Reese Centron Monitoring System (Presidio Enterprize), and all services shall be performed by OEM certified factory-trained technicians using genuine OEM parts.
Period of Performance
The period of performance will consist of one base year as specified below:
Base Year: 9/18/2019-9/17/2020
Option Year 1: 9/18/2020-9/17/2021
Option Year 2: 9/18/2021-9/17/2022
Option Year 3: 9/18/2022-9/17/2023
Option Year 4: 9/18/2023-9/17/2024
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 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 the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The technical proposal must include CV information for proposed Key Personnel that meet the minimum requirements specified above.
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."
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 10 AM Eastern Time on July 3, 2019 and must reference number NIH-NINDS-NOI-19-007379.
Responses must be submitted electronically to Andrea King, [email protected], and must reference the solicitation number NIH-NINDS-NOI-19-007379, on your electronic request. FAX requests are not accepted.
"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
Please be advised that the National Institute on Neurological Disorders and Stroke (NI¬NDS) is an Institute within the National Institutes of Health (NIH), which is a Federal agency. Your mass-market commercial and/or license agreement may include provisions that are customarily found in the commercial sector but which are not appropriate for a contract with a Federal agency. Specifically, NINDS considers any provision in your mass-market commercial and/or license agreement to be inappropriate and unenforceable that:
(1) Contravenes a right granted NINDS under U.S. copyright law (e.g., fair use, right to archive, copying for interlibrary loan),
(2) Violated the Federal Acquisition Regulation or other Federal law (e.g., Antideficiency Act, Principles of Federal Appropriations Law),
(3) Departs from reasonable consumer expectations and was not disclosed by the Licensor prior to agreement, or
(4) Violates fundamental public policy.
NINDS shall assume that you are in agreement with the statements herein if you submit a quotation.