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 information purposes only.
Background: The National Institute of Neurological Disorders and Stroke (NINDS), based on historical emergency occurrences in Bethesda Campus facilities, have identified water damage to institute equipment as a top risk to mission critical functions and equipment which support those functions. To combat the negative impact water emergencies can have to operations and financial stability, protective polycarbonate shielding is to be used to protect designated equipment.
Purpose and Objectives: The purpose of this acquisition is to acquire custom protective polycarbonate shields to protect institute capital equipment from water and/or debris damage.
Project requirements:
The contractor shall provide NINDS nine (9) protective polycarbonate shields that meet the following specifications:
• Shields must meet the dimensions specific to each installation.
• Shields must have a modified edge to accommodate a water sensor and manual release PVC mesh curtain.
• Shields must be able to provide water and debris protection to identified equipment.
• Shields must be customizable to accommodate conduits, pipes, wiring, and other obstructions while still maintaining water protection integrity using water sealant or other methods.
• Shields must be supported from above or below using threaded rods mounted to framing support.
• Shields must be mounted to walls where ceiling suspension is not applicable.
• Shields must be made of polycarbonate.
• Shields must be a translucent white material to allow light to pass through.
• Shields must meet the UL94 Flammability Standard.
Quantity: Contractor shall provide nine (9) protective polycarbonate shields.
Anticipated period of performance:
Contractor shall fabricate protective polycarbonate shielding within 12 weeks of order. On-site installation to be completed no later than 8 weeks after completed fabrication, inclusive of all materials and labor. Contractor shall provide a 5-year warranty on all parts, materials and labor. An Original Equipment Manufacturer (OEM) service technician is required to install the protective shields due to the customization that includes cutting, waterproofing/sealing, and other ad-hoc shield alterations required to install around conduits, cable trays, and other obstructions. Contractor responsible for covering damages to government property as well as additional and labor and materials required during on-site installation.
Contractor shall fabricate, deliver and install protective polycarbonate shielding within 20 weeks of receipt of order.
Warranty: Standard manufacturer warranty applies
Capability statement /information sought:
Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice.
The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 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.
Respondents should provide responses accordingly: (1) submit information electronically by email. No mail, telephone or facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8.5 x 11 size paper; (3) organize material in such a manner that clearly identifies and addresses capability requirements and provide an executive summary; (4) capability statement should not exceed two pages not including the cover page, executive summary, or references; (5)
RESPONSES SHOULD BE RECEIVED NO LATER THAN 10:00 AM EASTERN TIME ON April 22, 2019; (6) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses; and (7) send responses to this notice via email to [email protected]
"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 pre-solicitation 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)."