SOLICITATION NOTICE
66 -- Aquatic Systems Maint/Service
- Notice Date
- 8/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
- ZIP Code
- 20892-7510
- Solicitation Number
- NICHD-16-149
- Archive Date
- 8/19/2016
- Point of Contact
- Tina Robinson, Phone: 301-443-7796
- E-Mail Address
-
tr207f@nih.gov
(tr207f@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-16-149 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-89. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $19M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Pentair Aquatic Eco-Systems, Inc. - 2395 Apopka Blvd - Apopka, FL 32703 to provide a one year Preventative Maintenance and Service Contract on a quarterly basis for following mechanical components of four (4) Life Support Systems (LSS): Systems Components to be service by Pentair Aquatic Eco-Systems (PAES) Technicians: • Emperor Aquatic UV Control Boxes and Sensors • Asahi CWP Check Valves • Solenoid Valves • Hayward Pumps and Motor • Aquaria Rack Systems and Plumbing • Propeller Washed Bead Filter and Components • Inspect and Service Other System Components and Sub-Systems System Components to be serviced by an ESSCO Pump & Valve Technician • Horizontal Circular Pumps, Fybroc model 1530, size 3x4x10, w/10 HP motors - Quantity (8) ea • Horizontal Circular Pumps, Fybroc model 1630 - Quantity (2) ea • Horizontal Circular Pumps, Fybroc model 5500, size 3x4x10, w/10HP motors - Quantity (6) ea Pentair Aquatic Eco-Systems will provide the following Service/Maintenance and supplies: • MD Service/Maintenance: PAES ANNUAL SERVICE - Quantity (1) ea • MD Service/maintenance: PAES QUARTERLY SERVICES - Quantity (3) ea • MD Service/maintenance: ESSCO QUARTERLY SERVICES - Quantity (4) ea • MD Service/Maintenance: JJK QUARTERLY SERVICES - Quantity (4) ea • Item# 1622040-OR: O-ring - Quantity (8) ea • Item# aml: Aladdin Magic Lube #631, 5 oz tube - Quantity (2) ea • Item# flxtpakv: Vitron O-ring Kit Polyline Fltr - Quantity (4) ea As a part of the scope of each PM visit PAES service technicians shall perform inspections, routine tests, service and maintenance activities as are recommended by the manufacturer and as required by schedule or as appear to be necessary in order to maintain the systems in their proper working order and in consistent with the service technician's professional judgement. The service technician will take proactive steps to deliver quality service, make recommendations relating needed services, including advising Customer of possible change to Customer's procedures/facilities that might reasonably be expected to improve the overall condition, quality and performance of the systems being serviced. The scope of work (includes but not limited to) to be performed on each unit is as follow: • Inject a facility furnished grease to each pump and motor, greaseable ball bearing • Observe the operation of the unit. Record velocity readings on each pump and motor beading • Horizontal mounted pump bearing Velocity readings will be measured in inches per second on each bearing, at Horizontal and Vertical planes and (1) axial plane reading at the motor outboard bearing. Vertical column pump bearing Velocity readings will be measured I inches per second at one Horizontal plane on each motor bearing and at one vertical/axial plane at the upper motor bearing • During unit operation, record motor amp draw and record suction and discharge gauge readings. • Perform Annual Equipment Shutdown Inspection and PM Following each site visit, a report will be submitted, to contain recorded readings and analysis of any significant reading changes from the previous visits, etc. This preventative maintenance agreement is required to maintain and protect the mechanical components of the four LSS at the NIHs Zebrafish Facility. Each LSS contains pumps, motors, computer controlled frequency drives, mixers, air blowers, ultraviolet sterilizers, dozens of specialized values and miles of PVC pipes. All of these LSS equipment supports hundreds of thousands of fish that are used to conduct millions of dollars' worth of research across National Institutes of Health. The LSS equipment needs manufacturer recommend maintenance (and recommended spare parts) from a trained and certified source who has the skills/expertise and knowledge to carry out this scope of work. Without the proper maintenance and service, the LSS equipment will not run at peak performance and could potentially fail, requiring costly replacements and threatening the lives of the fish and the security of the research. Pentair Aquatic Eco-Systems is extremely well suited to handle this task. They are experts in designing, building and maintaining this type of equipment. They have established relationship with local technicians near NIH who could respond quickly in the event of an emergency and have the greatest skills and knowledge base in their areas of expertise. Pentair have local technicians who service other Aquatic Habits systems on the NIH campus. Thus, they clearly understand the importance and sensitivity of the research that this equipment is used to support. Their experience with aquatic research models also provides them with unique insights into potential problems that could prevent future disasters; things that a traditional mechanical contractor or master plumber might not recognize as a problem for research aquatics. Pentair has researched the system components more thoroughly than any other vendors that were sought out by the NIH, and have developed a realistic service plan that meets the manufacturer's recommendations for all of the components and limits potential interruptions and disruption of the systems themselves. This demonstrates a complete grasp of the scope of the task at hand. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of providing the required service and products to the government specified in this synopsis shall submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information (specifically but not limited to: emergency service plan, scheduling and service rate, recommended spare parts list & price, etc.) that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due ten (10) calendar days from the publication date of this synopsis or by August 12, 2016 by 10:00 am EST. via email or postal mail. The quotation must reference "Solicitation number" NICHD-16-149. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5C01, Bethesda, MD 20852. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-16-149 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the SAM database @www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-16-149/listing.html)
- Place of Performance
- Address: NIH, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04207137-W 20160805/160803234646-f2f9c477c5ce015f1aff924f82ecb773 (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 |