SOURCES SOUGHT
N -- Reverse Osmosis (RO) system demolition and installation
- Notice Date
- 11/23/2016
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2017-059
- Archive Date
- 12/20/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Small Business Sources Sought (SBSS) 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 disadvantaged 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 should not submit a response to this notice. This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential 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. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with associated business size standard $7,500,000.00. BACKGROUND The National Institute of Mental Health (NIMH) is one of 27 Institute Centers at the National Institutes of Health (NIH) committed to making important discoveries that improve health and save lives. NIMH is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. NIMH, Office of the Scientific Director (OSD), currently manages building services as the lead Institute Center (IC) for providing a centralized Reverse Osmosis (RO) water supply to supply the various IC labs and animal facility in Building 49 on the NIH Main Campus in Bethesda, MD. RO water is critical to the labs and operations in the building that house non-human primates and rodents. PURPOSE AND OBJECTIVES NIMH OSD requires removal and disposal of the current RO water storage tank and purchase of installation and replacement of the new RO water storage tank in the Building 49 Basement. The current RO water storage tank is over 20 years old and there is a leaking bulkhead fitting that cannot be repaired due to the deterioration of the aging tank. The purpose of this potential requirement is to obtain contractor support services for: 1. Removal and disposal of the current RO water storage tank; 2. Installation of a replacement 2,000 gallon vertical storage tank. PROJECT REQUIREMENTS Offerors to this Small Business Sources Sought notice MUST document evidence of being able to achieve the following critical elements of this potential requirement. Offerors shall specify the sensitivity, reproducibility, and throughput factors, and any other qualifications the Offeror deems applicable, for RO system demolition and installation. Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government features of this potential requirement. Specifically, Offerors shall possess the ability to successfully perform the following services to include: 1.Removal and disposal of the current reverse osmosis (RO) water storage tank; Remove and save existing vent filters for reinstallation on new tank. 2.Purchase, shipping, installation of the replacement 2,000 gallon vertical storage tank (approximately 15 feet high) made of premium natural polyethylene with 18" manway and tank level markings. Size: 64" D x 150"H sidewall. 3.Furnish and install eight new Bulkhead fittings: Overflow; 3" Suction for pump; 1.5" Level Control; 1.5" Permeat; 1.5" Vent-filter (if needed); 1.5" Return 1; 2" Return 2; 1.5" Animal pump suction (backup). Furnish and install overflow piping from tank to drain, install existing vent-filters and new 3" piping from the 3" pump suction to the entrance of the UV (includes piping, Tee's, elbows, two ball valves, adapters, bushings, etc. Schedule 80 and Natural HP PP-socket fusion). Install all connection to the new tank (permeate line, level controls, vent-filters, return lines, animal pump). 4.Perform Water testing, refilling of the tank, and PM on the entire RO system to verify the system is performing per specifications and design. Contractor shall provide a written report of the total RO system startup. All work will be monitored by the Government Contracting Officer's Representative (COR) or delegated official. Period of Performance: The aniticpated period of performance for this potential requirement will be effective at time of award and shall take approximately 2-6 weeks of time for completion. All supplies shall be delivered to Building 49 Loading Dock; 49 Convent Drive, Bethesda, MD 20892. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide clear and convincing evidence of possessing the knowedge, skills, abilities and experience to successfully perform the requirements described in this announcement. Detailed past experience in implementing similar requirements to the requirement described in this announcement must be clearly delineated in any response provided. Evidence of any prior contracts, orders or agreements with federal or commercial entities for the same or similar type of work, or other documentation produced, shall be used to support past experience. Respondents must provide clear and convincing documentation of their capability in providing analytical quality control and any other requirements and services specified in this notice. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient detail of the 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 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The response is limited to ten (10) pages. The 10-page limit does not include the cover page, executive summary, CV's or references, if requested. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must reference the solicitation number and be submitted to Hunter Tjugum at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov prior to the closing date specified in this announcement. The response must be received on or before the closting date/time specified in this announcement. CONCLUDING STATEMENTS 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/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2017-059/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, United States
- Record
- SN04335777-W 20161125/161123234103-cdbf240b500b58f4ab858d468d5ca6b9 (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 |