Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOURCES SOUGHT

J -- Rees system Re-certification Validation and Maintenance

Notice Date
9/1/2020 7:05:17 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91020R00060
 
Response Due
9/8/2020 9:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
SOURCES SOUGHT NOTICE: Rees system Re-certification Validation and Maintenance Notice Number: 75N91020R00056 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov� or http://rcb.cancer.gov/rcb-internet/ Key Dates: Capability Statement Due Date: September 8, 2020 by 12:00PM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified Small Business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned businesses that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. 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 requirement is assigned North American Industry Classification System (NAICS) code 811219 with a size standard of $20.5 million. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. BACKGROUND The Rees monitoring system is a system that monitors the temperature and humidity of numerous National Cancer Institute (NCI), rodent and non-human primate facilities. The system is a redundant system that is a backup to� NIH�s Siemens system. NCI must run redundant systems that are not with the same company and do not operate on the same network so that in the event of a failure, all systems don�t go down. NCI runs its system through its own network via the cloud. This allows ease of access for both the users as well as the system maintenance team. This also ensures finite redundancy and security. Approximately 12 years ago, the NIH system failed. During this failure some of the facilities temperatures went out of range. Some rodents were lost during this period and so were all the associated science and findings. A decision was made that NCI had to install its own redundant system. Approximately two to three years ago, the system was updated from a hard-wired system to a wireless system. This was done to make it easier to move rodents and non-human primates between rooms and facilities. It also reduces cost. NCI has recently requested to run the system completely from the cloud, thus eliminating the need for locally based computers. This also allows the system to be accessed and maintained remotely.� NCI has many scientific programs that use rodents and non-human primates for studies. These programs require many different systems to be put in place to ensure that the studies are as accurate as possible. One such requirement is that the temperature and humidity values are maintained within a very consistent minimal range to ensure that the researcher�s findings are not adversely affected. OBJECTIVE The Contractor shall provide a comprehensive full documentation to satisfy regulatory authorities such as AAALAC, AABB, CAP, FDA, GAMP, GxP, HACCP, and Joint Commissions. �The Contractor is to provide 24/7 Technical support. The contractor shall also �provide �a 100-page GMP/GLP IQ/OQ validation report. The Comprehensive documentation shall include 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 the PM�S site. EMERGENCY SERVICE Technical Support shall be provided 24 hours per day, seven days per week and 365 days per year. Upon receipt of notice that any part of the equipment is malfunctioning the Contractor shall dispatch a qualified factory-trained service representative within twenty fours (24) to inspect the malfunctioning equipment and perform all necessary� repairs and adjustments to restore the said equipment to normal operating condition.� Emergency service calls shall not replace the necessity for planned preventative maintenance.� All labor and travel shall be included REPLACEMENT PARTS� The Contractor shall furnish all required replacement parts at no additional cost to the Government, except for consumables. Parts shall be new to original equipment specifications. Parts will be delivered the earliest next day. SOFTWARE UPDATES AND SERVICE The Contractor shall provide software service and updates in accordance with the manufacturer�s latest established service procedures to include telephone access to technical support for use of program software and troubleshooting of the operating systems at no additional cost to the Government.� The contractor shall receive advance approval for the installation of all software updates and revisions from the Government.� Defective software shall be replaced at no additional cost to the government. SCOPE The Contractor shall provide all labor, material and equipment necessary to perform system validation accreditation and provide preventive maintenance for Rees temperature and humidity monitoring systems in animal and non-human primate facilities. This equipment is necessary to maintain specific parameters in temperature and humidity for housing and performing scientific research on the animals and non-human primates. All maintenance services shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS The Contractor shall provide unlimited technical telephone support (24hrs/day, 7 days/week) for troubleshooting of the instrumentation. The Contractor shall provide comprehensive documentation to satisfy regulatory authorities such as AAALAC, AABB, CAP, FDA, GAMP, GxP, HACCP, and Joint Commissions. The Contractor shall provide comprehensive systems testing and calibration that includes documentation of all readings, database, alarms, dial-outs, outputs, reports and user programming during the contract period. The contractor is to include a 100-page GMP/GLP IQ/OQ validation report. The Comprehensive documentation shall include software validation test report and copies of reference equipment calibration certificates and onsite refresher training at the PM�S site. Technically qualified factory-trained personnel shall perform service to Rees equipment and buildings identified in section 8, as covered by this contract.� All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. TYPE OF ORDER This will be issued as a Severable firm fixed-price purchase order. PERIOD OF PERFORMANCE�� The period of performance shall be for a 12-month base period and four 12-month option periods. Base Period: �������������������������� September 15, 2020 through September 14, 2021 Option Period One:���������������� September 15, 2021 through September 14, 2022 Option Period Two:��������������� September 15, 2022 through September 14, 2023 Option Period Three:������������� September 15, 2023 through September 14, 2024 Option Period Four:��������������� September 15, 2024 through September 14, 2025 PLACE OF PERFORMANCE Onsite services shall be performed at the following location:������������������ ����������� ����������� NIH, NCI,� ����������� 10 Center Dr ����������� Bldg. 10/CRC ����������� Bldg. 14Ds ����������� Bldg. 37 ����������� Bldg. 41 ����������� Bldg. 10/ACRF ����������� Bethesda, MD� 20892 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE The Contractor shall provide a comprehensive full documentation to satisfy regulatory authorities such as AAALAC, AABB, CAP, FDA, GAMP, GxP, HACCP, and Joint Commissions. The Contractor shall provide comprehensive systems testing and calibration that includes documentation of all readings, database, alarms, dial-outs, outputs, reports and user programming during the contract period. Contractor is to provide 24/7 Technical support. Includes a 100-page GMP/GLP IQ/OQ validation report. The Comprehensive documentation shall include 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 the PM�S site. How to Submit a Response: Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12-point font minimum) that clearly details the ability to perform the requirements of the notice described above.� All proprietary information should be marked as such.�� Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice.� Statements should also include an indication of current small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern�s name and address).� Responses will be reviewed only by NIH personnel and will be held in a confidential manner. Organizations shall demonstrate 1.) Technical Approach 2.) Personnel Requirements and Organizational Experience. � Due Date:� Capability statements are due no later than September 8, 2020 by 12:00PM EST Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein.� All questions must be in writing and emailed to David.Romley@nih.gov.� A determination by the Government not to compete this requirement based upon 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.� In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov.� No collect calls will be accepted.�Please reference number 75N91020R00056 on all correspondence. 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, an RFQ may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: David Romley at David.Romley@nih.gov. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1318ea92815a41bd86cd90759d43a755/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05782830-F 20200903/200901230145 (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.