SOURCES SOUGHT
J -- Comprehensive Service Agreement for Extant Tecniplast/IWT Cagewash and Bottle Processing Equipment for the NIH Animal Health Care Section
- Notice Date
- 5/18/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- SBSS-NIH-NIDA-18-4949368
- Archive Date
- 5/29/2018
- Point of Contact
- Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
- E-Mail Address
-
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@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. If your organization is not a small business, there is no need to respond to this announcement. For purposes of this announcement, a small business concern, in addition to meeting the small business size standard for the applicable NAICS code, is defined as "any business entity organized for profit with a place of business located in the United States or its outlying areas and that makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material and/or labor, etc." The purpose of this notice is to obtain Capability Statements from small businesses directly addressing their ability to provide the OEM-Certified Technician maintenance services contained in the Specific Requirements section below: In general, the Government is seeking 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 whether a small business set-aside is possible for this acquisition (or if the acquisition can be further set-aside for one of the socio-economic categories of small businesses). 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 research and information purposes only. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 811219 - OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE The corresponding small business size standard is $20.5 Million or less in average annual receipts. Statement of Need and Purpose: The Animal Health Care Section (AHCS) has a need for a comprehensive service agreement to provide maintenance services on six (6) Tecniplast/WT cage and bottle processing machines located in the Building 35 Shared Animal Facility (SAF) on the main NIH campus in Bethesda, MD. Technicians must be OEM-trained and certified (by Techniplast/WT) to perform maintenance services on these proprietary-technology machines. NIH currently holds an active service agreement with Tecniplast/WT which expires June 30, 2018 (contract HHSN271201500048C). This procurement is for a follow-on Service Agreement with a one-year Base Period and three successive 12-month Term Options for a total potential coverage period of 4 years. The machines to be covered under the subject compehensive Service Agreement are as follows: Tecniplast/WT IWT Rack Washer S/N 09USA004 Installed 2004 Tecniplast/WT IWT Tunnel Washer S/N 011135 Installed 2010 Tecniplast/WT IWT Tunnel Washer S/N 011136 Installed 2010 Tecniplast/WT IWT Tunnel Washer S/N 011165 Installed 2013 Tecniplast/WT IWT Rack Washer S/N 901469 Installed 2013 Tecniplast/WT IWT Multi-Magic 2 S/N 551122 installed 2013 Semi-Automatic Bottle Processor Regular service and preventive maintenance is essential in order to keep these machines operational so that daily and weekly cage processing requirements are achieved. These six (6) cage and bottle processing machines were manufactured and installed by Tecniplast/IWT. The mechanical design and software control of these machines is proprietary. As such only Techniplast/WT trained and certified technicians may perform this maintenance work on the extant Techniplast/WT cagewash equipment. OEM CERTIFICATION/TRAINING REQUIREMENT: Equipment to be serviced under the anticipated Service Agreement is proprietary technology. As such, technicians must be OEM-trained and certified (by Techniplast/WT) to perform maintenance services on these proprietary-technology machines. Only Techniplast/WT Authorized Service Engineers may provide the requested services. Background Information and Objective: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life and reduce illness and disability. The National Institutes of Health is comprised of 27 Institutes and Centers. The National Institute of Neurological Disorders and Stroke (NINDS), is one of those member institutes. The NINDS' mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Porter Neuroscience Research Center (PNRC) is located in Building 35, on the Bethesda, Maryland campus. In this unique research setting, principal investigators from eight NIH institutes and centers collaborate on neuroscience research. A key component to the important and ongoing neuroscience research conducted in the PNRC/Building 35, is the basement-level vivarium. This vivarium is utilized to house rodents approved for use in many of the neuroscience research protocols. Due to the fact that this vivarium is shared and available for use by the collaborating institutes and centers, the vivarium is commonly referred to as a Shared Animal Facility (SAF). NINDS is considered the "lead institute" in the PNRC/Building 35 SAF. The Animal Health Care Section (AHCS) is a component of NINDS, which is tasked with providing veterinary care, management, and oversight responsibilities for the SAF. The PNRC SAF, located in Building 35 on the NIH main campus in Bethesda, MD, contains approximately 62,885 gross square feet, of which there is approximately 26,367 square feet of animal holding space, and approximately 20,615 square feet of dedicated cage and water bottle processing space. The SAF has an overall capacity of ~25,000 rodent cages. The Building 35 SAF is accredited by the Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC). Every three years AAALAC reviews the animal program in the Building 35 SAF. The triennial review consists of a site visit whereby multiple experts in laboratory animal care selected by AAALAC walk through the facilities and examine animal welfare, animal husbandry practices, experimental protocols and standard operating procedures. The AAALAC site visitors utilize the Guide for the Care and Use of Laboratory Animals; 8th Edition as a reference for their site visit evaluation. 2017 was the most recent AAALAC site visit. As a result of the 2017 site visit, AAALAC recommended that the Building 35 Shared Animal Facility retain its accreditation. One of the criteria for maintaining accreditation, and to reduce experimental variables in study protocols, is the ability for the Building 35 SAF to effectively and efficiently clean and process large volumes of soiled animal caging and water bottles on a daily and weekly basis. The Building 35 SAF is, therefore, dependent upon the washing and processing equipment located in the cage wash and bottle processing space. This equipment must work each and every day with minimal downtime in order to meet the facility sanitation requirements and to remain compliant with regulating authorities. When the equipment is not functional, due to breakdown or lack of factory-authorized preventive maintenance, there is the potential for placing animal welfare and experimental protocols at risk. The health and safety of contract employees working in the cage and water bottle processing area can also be placed at risk when the equipment is not functional since soiled caging and water bottles will need to be processed manually. Manual processing of soiled caging and water bottles has the potential to expose contract employees to allergens, scalding water, slip hazards, and a variety of twisting, turning, and repetitive motion hazards. Period of Performance: A comprehensive service agreement consisting of a base year, and three (3) option years according to the following schedule: Base Year July 1, 2018 thru June 30, 2019 Option Year 1 July 1, 2019 thru June 30, 2020 Option Year 2 July 1, 2020 thru June 30, 2021 Option Year 3 July 1, 2021 thru June 30, 2022 The total potential period of performance for the awarded contract will be 4 years, if all contract Term Options/Option Years are exercised. Contract Type: A Fixed Price-Incentive type contract is anticipated for the annual Service Agreement (same as active contract HHSN271201500048C which expires on June 30, 2018).. Specific Requirements: The contractor shall provide a comprehensive service agreement for the cage and bottle processing equipment listed in the following equipment schedule: Equipment Description Equipment Serial # Installation Year Manufacturer's Warranty Status IWT Rack Washer 09USA004 2004 Expired IWT Tunnel Washer 011135 2010 Expired IWT Tunnel Washer 011136 2010 Expired IWT Tunnel Washer 011165 2013 Expired IWT Rack Washer 901469 2013 Expired IWT Multi-Magic 2 Semi-Automatic Bottle Processor 551122 2013 Expired The equipment listed in the schedule above is non-decaled, and is considered fixed equipment to the building. Each piece of equipment is hard-connected to building utilities, including medium pressure steam, softened hot water, 480 VAC 3 phase and 120 VAC single phase power, sanitary drain lines, and laboratory-grade compressed air. This equipment has been under warranty or under continuous service agreement by the equipment manufacturer (Tecniplast/IWT) since the equipment was installed. The contractor may, therefore, assume that each piece of equipment has been properly serviced and maintained and will not need significant repair, adjustment, or replacement parts prior to the commencement of this multi-year service agreement. Scope of Service : The contractor shall underwrite a yearly service agreement on the six (6) pieces of cage and bottle processing equipment listed in the Equipment Description table shown above, and in accordance to the following requirements: 1) The service agreement will cover all parts, and the labor to install those parts, for system malfunctions that are due to normal wear and tear during the course of the period of performance. Parts coverage must also include revisions and upgrades to all controller software that is integral to the operation of each piece of equipment, and may be changed or revised periodically by the manufacturer to improve the operation of the equipment, or correct known equipment operating issues. The price quoted for the service agreement will be all-inclusive with the following exceptions: Tecniplast will not be held responsible in any capacity for issues resulting from (a) building utilities not meeting equipment specifications and/or (b) damage or equipment malfunction caused by government or government contractor personnel (other than Tecniplast personnel) misuse or negligence. In these instances Tecniplast will retain the right to receive full financial compensation without penalty. No additional charges will be made to the government during the period of performance for parts, incidental parts, travel time, labor, hotel, meals or delivery charges. Tecniplast will not be held responsible for covering parts and labor that result from (a) damage caused by building utilities and (b) damage caused by government or government contractor personnel (other than Tecniplast personnel) misuse or negligence. 2) The service agreement will cover two (2) PM (Preventive Maintenance) service visits per machine, per year. The first Preventive Maintenance (PM) service will occur within 30 days of contract award. The second PM service will occur between the 6th and 7th month after contract award. If one or more option years are exercised by the government, the first PM service will occur within 30 days of the commencement date of the option year. The second PM service will occur between the 6th and 7th month from the date the option year was exercised. Preventive Maintenance will not be performed in conjunction with any service calls. 3) Scheduling of the PM service visits and the order in which the cage and bottle processing equipment is serviced, will be coordinated and approved by the government in advance of the service visit. All PM service work will be performed during the government hours of operation outlined in item 12 below, unless prior approval by the government is obtained. 4) The service agreement will provide the following levels of support: Level 1 Support. Level 1 Support will be used for initial documentation, troubleshooting, and resolution of identified equipment malfunctions and issues. The contractor must have a system in place to receive telephone calls from the Project Officer (PO) or designee. When the service provider is closed for business, a system for leaving a message and callback by a qualified service engineer must be in place. A callback by a qualified service technician must be received by the PO or designee within one (1) hour after receiving a call for service during SAF normal operating hours (please refer to Section 11 Hours of Operation for more detailed information). During SAF normal operating hours, from 6:00 am until 5:00 pm Monday through Friday excluding federal holidays, the contractor must have a qualified service technician available for on-call and emergency service issue resolution. Troubleshooting and resolution of the reported problem will begin once telephone contact has been established between the government and the service provider's qualified service technician. If the qualified service technician determines that the reported equipment issue or malfunction cannot be resolved by troubleshooting steps over the telephone, the qualified service technician will immediately escalate the issue(s) to Level 2 Support. Level 2 Support. This Level will require that a qualified service technician visit the government site to perform additional troubleshooting, adjustment, calibration, repair, or replacement of parts on the affected equipment. The qualified service technician must arrive at the government site within four (4) business hours of escalation from Level 1 support, if the affected equipment is either inoperable or operation of the equipment poses a safety issue for government personnel. If the four (4) business hour window extends beyond the normal working hours of the government, a qualified service technician must arrive at the government site by 8:00 am on the government's next business day. The government expects that the contractor's service technician will continue working to resolve the issue or issues until the machine(s) are operational and the repairs have been tested and verified. If issue(s) cannot be effectively resolved on the first business day the service technician arrives at the government site, the government expects that the service technician will return on the next business day or subsequent consecutive business days until the machine(s) are operational and the repairs have been tested and verified. 5) IWT Rack Washer (Serial No.: 09USA004). This machine is listed in the Equipment Description table above. The government has identified a need to rebuild this machine in order to extend its useful life by approximately five (5) years. In accordance with the following schedule, the contractor shall provide parts and labor to rebuild the critical subsystems of this machine: Phase 1 Scope (Base Year of Contract): (1) Work will be performed during the first scheduled PM service of the Base Year (2) Replace the pneumatic control system with new Festo brand solenoid control valves (3) Replace all pneumatic tubing (4) Replace all water valve seals and gaskets (5) Replace all steam gaskets (6) Replace wash tank (7) Test and verify that the machine is functional and fully operational at phase completion Phase 2 Scope (Option Year 1 of Contract): (1) Work will be performed during the first scheduled PM service of Option Year 1 (2) Replace wash and rinse heat exchangers (3) Replace temperature sensors (4) Replace steam and water inlet valves (5) Replace steam traps (6) Test and verify that the machine is functional and fully operational at phase completion Each phase will require five (5) working days to complete. This machine will not be operational while the work is being performed. The machine downtime during each phase will not count against the contractor performance under the Quality Assurance Surveillance Program (QASP). In addition to the specific rebuild work outlined above, the government will maintain an all-inclusive (parts and labor) service agreement on this machine for the entire length of the contract (Base Year plus Four (4) Option Years). 6) Critical Spare Parts. The contractor will be required to maintain an inventory of critical spare parts on-hand at all times. The government broadly defines a critical spare part as a part that will make the machine inoperable or unsafe if that part is damaged or missing, or a part that can reasonably be expected to wear-out or fail within the PM service interval of six (6) months. The contractor must provide evidence to the government that adequate quantities of these parts are in inventory and on-hand at the commencement of this service agreement. The inventory of critical spare parts can be securely located at the government site, within the service vehicle of the contractor's qualified service technician, or in a location that is within a reasonable distance to the government site so that a qualified service technician can access the parts and make necessary equipment repairs during the same business day that the technician is on-site according to the Level 2 Support requirements listed above. The government expects there will be no delay in repair to the listed equipment due to the lack of a critical spare parts inventory. The government will review the availability of the critical spare parts inventory periodically with the contractor so that inventories can be adjusted based on historical performance of each piece of equipment. No additional charges will occur for replenishment of critical spare parts that are used to fix a piece of equipment covered by this agreement. 7) Tools. Contractor must ensure that their qualified service technicians have at their immediate disposal the tools necessary to repair, adjust, and calibrate the equipment listed in the Equipment Description chart above and according to the five (5) checklists attached to this SOW. The government expects there will be no delay in repair to the listed equipment due to the qualified service technician not having immediate access and availability to the proper tools, calibration or diagnostic instruments. 8) Training. The contractor will provide training to the government staff once per quarter during the period of performance of this agreement. Quarterly training will occur during the government's normal business hours, and will include up to eight (8) hours of classroom/hands-on training. The eight (8) hours of quarterly training will occur either on one single day, or can be spread over two consecutive days. The contractor will be responsible for planning and coordinating each training agenda with the government's management and training staff. The contractor will be responsible for providing all training media and materials that will be utilized during the training session(s) including, but not limited to slide presentations, manuals, and other handouts. Quarterly training hours that go unused at the government's request may be provided in subsequent quarters and/or option years. Monthly service meetings between the contractor and the government will be arranged at no additional cost to resolve any potential issues, discuss methods for improvement, and address questions and concerns. 9) Pre-Proposal Site Visit: If requested, the government will make arrangements for the contractor to make one (1) initial inspection of the cage and bottle processing equipment at no cost to the government prior to proposal submission. The equipment is located in the PNRC/35 Convent Drive, Building 35, basement-level Rooms BB101- BBC104A, vivarium of the NIH/NINDS, Bethesda, Maryland campus. 10) Advance Understanding The government will retain full ownership and will have access to all materials (in process or finalized as well as to all documents (Standard Operating Procedures (SOP)) at all times without any restrictions. Any backfill personnel shall provide evidence they have 1) minimum 3 years' experience on equipment similar to NINDS' Shared Animal Facility and 2) have completed the manufacturer's certified training. 11) Hours of Operation. The contractor is expected to be available for Level 1 Support and Level 2 Support during the Building 35 SAF base hours of operations. The base hours of operation for the Building 35 SAF are Monday thru Friday, 6:00 am thru 5:00 pm. The hours of operation remain unchanged during inclement weather. After-hours access to the Building 35 SAF may be granted to the contractor's qualified service technician(s) with prior approval from the government. The offeror is not required to provide Level 1 Support or Level 2 Support on Saturday, Sunday, or federal holidays. When required, and with written approval, the Project Officer (PO) or the AO can approve, work outside the normal operation hours identified above. NINDS/AHCS operates one cage wash shift per day with staff working between 6:00 am and 5:00 pm. For purposes of this multi-year agreement, NINDS/AHCS is not expecting Tecniplast to provide Level 1 and Level 2 support to the covered equipment beyond these base hours of operation. With prior approval, NINDS/AHCS will permit Tecniplast service technicians the opportunity to work beyond the base hours of operation in order to facilitate repairs and to comply with the metrics defined in the section Minimum Performance Expectation under Government Responsibilities below. 12) Packaging, Packing, and Shipping Instructions The contractor shall ensure that all supply items are preserved, packaged, packed and marked in accordance with best commercial practices to meet the packing requirements of the carrier and to ensure safe and timely delivery on site. All items and correspondence submitted shall reference: • The Carrier Tracking Number (if relevant) • The name of the government end user agency • The name and contact information of the COR/PO Containers shall be clearly marked as follows: • Name of contractor • The Carrier Tracking Number • Description of items contained therein • Consignee(s) name and address, if relevant LOCATION OF WORK Work will be performed at NIH Main Campus, a government owned facility at 9000 Rockville Pike, 35 Convent Drive, Bldg 35, Rooms BB101 - BBC104A, Bethesda, MD. The government designates the work to be performed on-site. INFORMATION SYSTEM SECURITY AND CAMPUS ACCESS CONSIDERATIONS Contractor employees shall have no access to government data or networks. Contractor employees shall display NIH/NINDS Security Clearance badges, obtained by the contractor from the NIH security office and worn, face out, above the waist by the contractor employees. Minimum Performance Expectation. The government has an expectation that each of the six (6) pieces of cage and bottle processing equipment listed in the above schedule will be functional and operational a minimum of 80% of a regular work week, and 80% of a holiday work week. The government is actively processing cages and bottles through the listed machines between the hours of 8:30 am and 4:30 pm, Monday thru Friday during non-holiday work weeks. During holiday work weeks, the government is actively processing cages and bottles through the listed machines between the hours of 8:30 am and 4:30 pm on the non-holiday work days of a holiday week. Applicable federal holidays include: New Year's Day Martin Luther King, Jr. Birthday Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Inauguration Day (every four years when applicable) The government will maintain records to determine the weekly performance metrics for each of the six (6) listed machines. A machine will be considered non-functional and non-operational once the government determines that cages or bottles cannot be safely or effectively processed through a machine according to the government's current standard operating procedures and in accordance with AAALAC Certification regulations and guidelines. At this point, an entry will be made into the records maintained by the government. Tecniplast will not be held responsible for equipment non-performance time if the government takes longer than 30 minutes to notify Tecniplast once a machine issue has been identified and logged as non-functional or non-operational. A machine will be considered functional and performing once the machine has been repaired through Level 1 or Level 2 Support. At this point, a second entry will be made into the records maintained by the government. Based on the records maintained by the government, performance shall be evaluated based on the performance standards cited in this SOW and in the "ATTACHMENT 1 to SOW Tecniplast Deliverables Chart for Performance Reports". These metrics apply to all six (6) cage and bottle processing machines. To meet the minimum performance expectations, each machine must be functional and operational for 32 hours during a non-holiday work week, and 25.6 hours during a holiday work week. Note: This metric will not be applied during the time that any machine is undergoing scheduled PM servicing. This metric will also not apply to downtime that can be attributed to malfunctioning utilities, or damage to the machine that can be attributed to misuse, or negligence on the part of the government. Service Schedules. The contractor will follow the manufacturer's recommended checklists for providing PM service to the equipment listed in the Equipment Description chart above, and provide parts replacement, adjustment and calibration according to the most current schedule. REPORTING REQUIREMENTS Service Documentation Equipment service documentation detailing equipment operation shall be collected by the contractor and made readily available on an as required basis by the government. Reports regarding service or PM visits shall be sent to the government within 24 hours of the completion of a Level 1 or Level 2 Support visit or within 24 hours of the completion of a PM service. Hard copies of all service and PM service reports will be accepted by the Government at the completion of the service. Only the project officer representing the government or the project officer's designee will sign the service report acknowledging receipt. Deliverables/Performance Reports Quality Performance Reports go to the COR/PO and then to the AO. Content influences invoice payments per the "ATTACHMENT 1 to SOW Tecniplast Deliverables Chart for Performance Reports". A Quality Performance Report to the AO stating performances have risen to or above Acceptable levels prompts a positive payment response. Contractor shall submit, as part of the Proposal, a Quality Assurance Plan (QAP) that becomes the basis of the government's Quality Assurance Surveillance Plan (QASP). The QASP details the Quality Assurance Monitoring standards. Contractor shall manage the contract in accordance with the standards found in "ATTACHMENT 1 to SOW Tecniplast Deliverables Chart for Performance Reports". Standards are found below: Item # Service Element Standard of Work to be Observed Venue/Format Due to Government 1a Parts Consumable Parts: Equipment maintenance, repair and replacement parts delivered same day. To Government's facility Same day as event 1b Parts Non-Stock Parts: Equipment maintenance, repair and replacement parts delivered within 24 hours. To Government's facility 24 Hours from date of event 2 PM service Preventive Maintenance service visits for all covered machines To Government's facility According to schedule described in SOW 3 Level 1 repair service Telephone consult for government-reported problems To Government's facility Within 1 hour of request for service 4 Level 2 repair service Qualified service provider on site to fix problems not resolved by Level 1 service To Government's facility Within 4 hours of escalation to Level 2 5 Training Contractor provides 8 hours of training to Govmt staff per quarter To Government's facility Quarterly 6 Service documen tation Equipment service documentation as described in the SOW shall be provided in a readily-available format. Contractor's format Within 24 hours of completion of services 7 Updates Contractor alerts the government same day upon discovery of technical issues. Contractor's format As required OTHER CONSIDERATIONS Travel: The contractor shall be responsible for making all travel arrangements for its representatives. The contractor shall be responsible for all travel-related costs incurred under this contract. Experience and OEM-Training/Certification of Key Personnel : Contractor must have documented 3 years of experience performing a service contract for cage and bottle processing equipment similar to the equipment listed in the Equipment Description chart above (tunnel washers, rack washers, and bottle processing equipment). Additionally, the contractor must be able to document that their field service personnel, telephone service personnel and sub-contractors have the required proficiency in the following relevant technologies and protocols: a) Gantry/indexing robotics b) Process control software and hardware utilizing HMI (Human Machine Interface) controllers and PLC (Programmable Logic Controllers) c) Wi-Fi and Ethernet networking d) Hot and cold water plumbing systems utilizing domestic cold water and domestic hot water e) Medium pressure steam (MPS) f) Heat exchangers utilizing MPS to heat domestic hot water to temperatures approximating 180 degrees Fahrenheit g) Field welding and field passivation of stainless steel h) Pneumatic and solenoid controls i) Electrical and electric motor systems, including 480 VAC 3 phase and 120 VAC single phase applications j) Laboratory grade compressed air systems k) Control sensors l) Chemical dosing systems which control and monitor dosing of detergents, acid de-scaling, and acid neutralization The government may permit the contractor to utilize sub-contractor providers on a limited, case-by-case basis for such repairs as welding. The government may also permit the contractor to utilize qualified sub-contractor providers, to perform work under this contract if the contractor cannot meet the expected arrival times described under Level 2 Support (above). The government expects that any sub-contractor providers utilized to repair, adjust, calibrate, or troubleshoot the equipment listed in this agreement must either work under the direct supervision of a qualified service technician that is an employee of the contractor, or have technical proficiency in the 12 items (a thru l) listed above that are pertinent to the repair. The contractor will be held responsible for all work performed under this service agreement whether the work is performed by employees of the contractor or assigned to sub-contractor providers. The contractor will also be held responsible for any damage to government equipment that results from the work performed by sub-contractor providers. References. To do their part in retaining NIH/NINDS's accreditation, contractor shall perform in accordance with the AAALAC Certification regulations and guidelines as found in the Guide for the Care and Use of Laboratory Animals; 8th Edition. Capability Statement / Information Sought: Small business Contractors that believe they possess the ability to provide the required OEM-certified Technician maintenance services should submit documentation of their ability to meet the project requirements, addressing the Specific Requirements contained in this announcement (a generic marketing brochure would likely not be sufficient to demonstrate a source's capability to meet the stated requirements) to the Contracting Officer. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information and if applicable, Federal Supply Schedule (FSS) contract number. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration definitions and guidelines. Additionally, please provide evidence of your organization's ability to provide Techniplast/IWT Authorized Services Engineers to perform the requested maintenance services. Machinery is proprietary and only OEM-trained/certified technicians may perform the requested services. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the Small Business Sources Sought notice number. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Jason Williams, Contracting Officer, at willjas@nida.nih.gov. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before May 24, 2018 at 5:00 PM EST. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/SBSS-NIH-NIDA-18-4949368/listing.html)
- Place of Performance
- Address: NIH Main Campus in Bethesda, MD, United States
- Record
- SN04928138-W 20180520/180518230615-83ebd2eec8ddfc9ee7aa438999a51f0e (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 |