Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2020 SAM #6716
SOLICITATION NOTICE

J -- Rees Scientific Temperature Monitoring System Service Maintenance

Notice Date
4/17/2020 2:58:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NAVAL MEDICAL CENTER SAN DIEGO CA SAN DIEGO CA 92134-5000 USA
 
ZIP Code
92134-5000
 
Solicitation Number
N0025920N0047
 
Response Due
5/1/2020 10:00:00 AM
 
Archive Date
05/16/2020
 
Point of Contact
Mildred Kalua Pollard-Hueitt, Phone: 6195328104, UYEN THUY TRAN, Phone: 6195328149
 
E-Mail Address
mildred.k.pollard-hueitt.civ@mail.mil, uyen.t.tran6.civ@mail.mil
(mildred.k.pollard-hueitt.civ@mail.mil, uyen.t.tran6.civ@mail.mil)
 
Description
Notice of Intent to Sole Source THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference#: N0025920N0047. Naval Medical Center San Diego (NMCSD) intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: Rees Scientific Corporation 1007 Whitehead Road Ext. Trenton, NJ 08638 The objective of this sole source award is based on the temperature monitoring system in Naval Medical Center San Diego and its subsidiary locations throughout Southern California is manufactured, installed, and maintained by Rees Scientific as they are the original equipment manufacturer. As the Original Equipment Manufacturer (OEM), Rees is the only provider of the OEM parts required to upgrade the current system and the only authorized contractor to install the equipment. Sole source is based on proprietary reasons in that Rees Scientific is of a proprietary nature. Validation of the system upgrade is required in order to establish the accuracy of monitors reporting to the upgraded system and to meet the requirements of regulatory agencies. The upgrade shall be performed by technically qualified factory trained personnel. This equipment is manufactured by Rees Scientific USA. Due to the system being highly specialized, the Rees Scientific environmental monitoring system software and hardware upgrade work needs to be performed by technically qualified Original Equipment Manufacturer trained engineers. In addition, all services, materials and equipment necessary and the software to control the system is only provided by Rees Scientific. The proposed vendor is the only known source capable of providing the required upgrade of the existing Rees Scientific system and its validation. The following items represent the Government need: VAL-KIT-PRES-Validation Kit for Centron with Centron Presidio Software. Qty: 03 CAL-FIRE-STD- Fire and Ice Test per Temperature Input.� This option requires that the sensor���� wire is long enough to be removed from the unit and placed in a bath at time of calibration service.� If not #CAL-EXT will be required.� Minimum of Quantity of 10 required.�� Note: Requires customer to provide Rees technician remote access to server on a mobile platform such as a laptop. Qty: 123 INSTALL-MANDAY- NOTE: Rees will provide onsite technical help for non-warranty related purposes.� This service will be provided for an (8) hour period every other week at a mutually agreed upon time.� Includes but not limited to programming of inputs, refresher training and adding of inputs. Qty: 22 V2-BATTERY- Replacement battery. Qty: 308 Z3-BATTERY- 3.6 volt Lithium Battery for Z3 wireless transmitters. Qty: 04 C.RMF-NODE- RMF Software module. RMF ATO module allows Centron Presidio 3.0 build 1019 Environmental Monitor to operate on DoD networks.� This software module is installed on DoD supplied Virtualized or Physical STIG configured server. Module is CAC enabled and will allow alarm dial out using our approved VoiP Dialers. The module is approved and compatible with all versions of Rees AES encrypted wireless transmitters (2.4 GHz) and (WiFi 802.11 b/g/n using DoD access points) and hard wired buffering MPX-RMT remote panels.� Existing sites using our hardwired MPX-RMT panels are required to upgrade to a buffering version. Please refer to the eMASS website to locate Rees Scientific's eMASS #69 number. Includes requires purchase of part # C.CEN-ENT-S3.0 node. Includes C.PRESIDIO-OTG web interface. Qty: 03 C.RMF-NET- Modification of a wireless NET devices or MPX-NET panels that permits AES encryption of radio communications for RMF approved system. Qty: 61 C.RMF-MOD- Modification to a Wireless or WiFi Module that permits AES encryption of radio communications for RMF approved system. Qty: 241 VAL/SERV/B- Comprehensive Once Yearly IQ/OQ of System with full documentation provided to satisfy regulatory authorities. Comprehensive system test verifies, calibrates and documents all system functions including readings, databases, alarms, dial-outs, outputs, reports, and user programming. Includes One Year Onsite Service Plan with 24/7 Technical Support. Includes approximately 100 page GMP/GLP IQ/OQ validation report, 1000 page software validation test report, calibration of temperature and humidity with traceable equipment, copies of reference equipment calibration certificates and onsite refresher training at PM visit. Qty: 01 The North American Industry Classification System (NAICS) code for this requirement is 811219; the business size standard is $22,000,000. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work and are able to provide valid certification to provide service validated by Rees Scientific Corporation.� Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point.� All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 10:00 AM Local Time, May 1st, 2020.� Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: mildred.k.pollard-hueitt.civ@mail.mil . The email subject line shall state, �Naval Medical Center San Diego, Special Notice Number N0025920N0047.� NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED Work shall be performed in accordance with the attached Statement of Work.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d646b6af3f9e4d08af37378f50d4a017/view)
 
Place of Performance
Address: San Diego, CA 92134, USA
Zip Code: 92134
Country: USA
 
Record
SN05624649-F 20200419/200417230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.