SOURCES SOUGHT
66 -- Upgrade to Existing Rees Scientific Equipment Monitoring System
- Notice Date
- 7/24/2013
- Notice Type
- Sources Sought
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHS-NIH-NHLBI-CSB-(SBSS)-2013-215-DDC
- Archive Date
- 8/22/2013
- Point of Contact
- Deborah - Coulter, Phone: (301) 435-0368
- E-Mail Address
-
dc143b@nih.gov
(dc143b@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources: (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantage businesses and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (333999, size standard 500 employees) should not submit a response to this notice. 2. Notice Information a. Background: The National Heart, Lung, and Blood Institute (NHLBI) provides global leadership for a research, training, and education program to promote the prevention and treatment of heart, lung, and blood diseases and enhance the health of all individuals so that they can live longer and more fulfilling lives. The NHLBI stimulates basic discoveries about the causes of disease, enables the translation of basic discoveries into clinical practice, fosters training and mentoring of emerging scientists and physicians, and communicates research advances to the public. It creates and supports a robust, collaborative research infrastructure in partnership with private and public organizations, including academic institutions, industry, and other government agencies. The Institute collaborates with patients, families, health care professionals, scientists, professional societies, patient advocacy groups, community organizations, and the media to promote the application of research results and leverage resources to address public health needs. The NHLBI also collaborates with international organizations to help reduce the burden of heart, lung, and blood diseases worldwide. An essential service required by this group is to maintain critical research and reagents at their assigned temperatures. It is also required by FDA current Good Manufacturing Practices (cGMPs) that certain research be able to document the proper storage of components stored at room temperature, under refrigeration and in -20C to -80C and LN2 freezers. This practice is also by required NHLBI due to the cost of the research in question. b. Purpose and Objectives: The NHLBI is currently in need of upgrading and fully validating the existing Rees Scientific equipment monitoring system and alarm system for their laboratory facilities located in Building 50 on the NIH Bethesda, MD campus. The upgrade will greatly increase future flexibility and capabilities of the monitoring system. The upgrade will consist of trading out an existing node but using other Rees components currently in place. In addition, the new system must include features such as the "Buddy Watch", alarm function and the ability to add V2 - 2.4 GHz & Wi-Fi 802.11b/g/n wireless transmitters that buffer data every 5 minutes with 7 days of memory. c. Contractor Requirements: General 1. The system as described shall be installed, tested, and delivered to the owner in first class condition. The system will include all required hardware, software, and wiring to accomplish the requirements of the Statement of Work. 2. All installation personnel shall be fully qualified by the manufacturer to install systems of this type, and must be either employees of the system manufacturer, or have completed a manufacturer administered training program. The contractor shall provide proof that the installation personnel meet these requirements. 3. Contractor must have legal access to applicable software licenses and must be supplied during service and upgrades. Vendor must also supply only new hardware components/modules. Annual maintenance must also include the latest software release at the time of validation. 4. The contractor must have previous experience working with and installing equipment into laboratories. 5. The contractor shall be a currently certified ISO 9001 company. Existing System Components to be Removed 1. (3) nodes 2. (17) MPX panels 3. (78) hard wired point located in Building 50 New System Upgrade - Hardware Specifications 1. Environmental monitor with the following features: a. (1) node license capable of monitoring a minimum of (128) inputs, including (16) input licenses with additional licenses available that can be groups in groups of (16), capable of expanding up to minimum of (4) total node licenses. b. Able to operate on existing facility server. c. Compatible with existing wireless and buffering MPX-RMT panels, as necessary. d. (1) Telephone dialer with the capacity to accept minimum of (4) total dialers. e. Multi-user network for minimum of (10) users, capable of expanding to minimum of (50) users. f. Validation kit with applicable software. 2. (78) Universal Wi-Fi 802.11b/g/n wireless transmitters for (1) input. Transmitters shall have the following features: a. Capable of accepting any industry standard sensor. b. Provides 12 bit analog to digital conversion accuracy. c. Buffers minimum of 7 days of readings history recorded at maximum of (5) minute intervals. d. AC powered with battery backup. e. Power outage alarm. f. Frequency Band: ISM 2.4 GHz g. Protocols: 802.11b/g/n h. Encryption: WPA-PSK and WPA2-PSK i. Channels: 14 channels 3. (78) Wall mountable transformers with electrical input/output as required by transmitters. New System Upgrade - Software Specifications 1. Environmental monitor software with the following features: a. Ribbon bar navigation layout b. Tabbed programming menus c. High graph quality d. Incorporation of (4) facility floor plans (CAD files) e. Easy monitor report generation f. Automated push reporting g. Access to the system via web browser software from PCs, tablets or smart phones New System Upgrade - Integration with Existing NIH WLAN 1. Contractor shall supply NIH CIT with a complete list of all required device MAC addresses. Estimated delivery: (8) weeks from date of Notice to Proceed d. Government Responsibilities: 1. Provide CAD drawings of facility floor plans to vendor for input to equipment monitoring software. 2. Help facilitate access to required facilities and equipment as required to perform the outlined work. 3. Communicate with the contractor during the project performance. 4. Confirmation of minimum server requirements: Quad Core Xeon, 2.0GHz, 1GB 667MHz (2X512MB), 2- 80GB hard drives configured in RAID-1. Windows Server 2003 or 2008 OS. Embedded Ethernet NIC, 24X IDE CD-RW/DVD ROM, 4 available USB ports. e. Reporting Requirements and Deliverables: Vendor shall submit project schedule, drawings, specifications, catalog cut sheets and technical information to NIH, "For Approval" prior to commencing any work. f. Capability statement/Information sought: Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide services stated above. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above and include an outline of previous or similar projects so that the Government can perform a proper evaluation of the company's capability. Information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp i. Not to exceed 20 singled-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12 point font sized minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. j. Common cutoff date: 8/7/2013 12:00 p.m. eastern time l. Delivery point: Submitted (via email) to Deborah Coulter, Contract Specialist at coulterd@nhlbi.nih.gov in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. 3. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(SBSS)-2013-215-DDC/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03125896-W 20130726/130724235440-ed071647364bb926106a5036116ffd0f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |