Montana Bids > Bid Detail

COMPREHENSIVE FIVE YEAR SERVICE PACKAGE - ENVIRONMENTAL MONITORING SYSTEM SERVICE (AMBIS 2203139)

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159952177629069
Posted Date: Dec 12, 2023
Due Date:
Source: https://sam.gov/opp/abb14aeb54...
Follow
COMPREHENSIVE FIVE YEAR SERVICE PACKAGE - ENVIRONMENTAL MONITORING SYSTEM SERVICE (AMBIS 2203139)
Active
Contract Opportunity
NOI-NIAID-24-2203139
Related Notice
Contract Line Item Number
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 12, 2023 10:07 am EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 06, 2025
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Hamilton , MT 59840
    USA
Description

This is a Notice of Intent, not a request for proposal. The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with Rees Scientific, 1007 Whitehead Road, Trenton, NJ 08638, to procure an environmental monitoring system package.





Only one award will be made as a result of this solicitation. This will be awarded as a firm-fixed price type of contract.





Period of Performance is a base year with four (4) one-year option periods with full performance as follows: 3/11/2024 - 3/10/2029





Service shall be performed at the following locations: Rocky Mountain Laboratories (RML), 903 South 4th Street, Hamilton, MT 59840.





The Rocky Mountain Laboratories (RML) Office of Operations Management (OOM) conducts, fosters and supports the scientific infrastructure that sustains the biomedical research performed at the RML. OOM ensures efficient and effective implementation of the overall Division of Intramural Research and RML program objectives. In addition, OOM provides scientific input for on-going and planned construction and improvement projects. In early 2023, OOM coordinated the installation of a Rees Scientific environmental monitoring system to monitor the temperature, humidity, light, differential pressure, and air velocity/room air exchanges in several of the animal holding rooms in Bldg. 13. These monitoring parameters are required under the regulations enforced by the Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC). Maintenance of a AAALAC accreditation is required in order to continue animal research operations at RML.



The service contract is being performed by the OEM and cannot be substituted. No other company has the authority to perform these critical services.





The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a five (5) year comprehensive service package that includes:






  1. Validation Kit for New Systems and existing systems with Rees Software Ver. 3.0 Build 1020.0.24 or 1021.0.9 or higher, part # VAL-KITPRES985, qty 5






  1. Series II Battery, part # SERII-BAT, qty 12






  1. 6 Volt 1.4 AMP battery, part # BATT1001, qty 6






  1. 12 Volt 4.5 AMP battery, part # BATT1709, qty 12






  1. Battery for Micro Units & MPX-RMT Remote Panels, part # MICRO-BAT, qty 6






  1. 3.6-volt Lithium Battery for Z3 wireless transmitters, part # Z3-BATT, qty 140






  1. Single Point Calibration of Differential Pressure Sensor using Traceable equipment, part # CAL-DIFF-PRES, qty 10






  1. Comprehensive Five-Year Service Package 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 Five 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. Penalties apply for early cancellation. Customer to Approve and Review all Validation Documentation prior to Techs Departure, part # VAL/SERV B 5YR, qty 1





The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A SOLICITATION FOR COMPETITIVE QUOTATIONS. All responsible sources that could provide the required services may submit a capability statement that will be considered by email (subject line to reference NOI-NIAID-24-2203139 to Rita Davis at rita.davis@nih.gov, by 11:00am eastern standard time Friday, December 22, 2023. All responses received by the closing date of this synopsis will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.


Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >