Mine Roof Simulator Repair
ID: PR24-81295Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to issue a sole source order for Mine Roof Simulator Repairs. The Mine Roof Simulator is a large press used to measure the structural performance of roof supports and ventilation structures in coal mines, ensuring the safety of coal miners. The simulator has specific dimensions, with upper and lower platens measuring 20 feet by 20 feet and the ability to accommodate a specimen up to 16 feet tall. It can apply 1500 tons of vertical force, 800 tons of horizontal force, and react to 800 tons of lateral force. The purpose of this acquisition is to ensure the continued operation of the Mine Roof Simulator Laboratory at the lowest possible cost. The repairs required include replacing the Teflon coating on all four horizontal actuators. MTS Systems Corporation has been identified as the sole source for this repair work. Interested parties must be registered in the System for Award Management (SAM) prior to the award of the federal contract. Responses to this notice will be considered to determine whether a competitive procurement is necessary. Capabilities statements and pricing information should be submitted to Bethany Diaz, the Contract Specialist at CDC, by December 20, 2023.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Sole Source to Micromeritics Instrument Corp for the Procurement of a High Performance Gas Pycnometer
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to enter into a sole source contract with Micromeritics Instrument Corp for the procurement of a High Performance Gas Pycnometer, specifically the AccuPyc III 1350 model. This laboratory instrument is required to measure the true density of powders and dusts with a precision of 0.02% accuracy and 0.01% repeatability, operating within a temperature range of 5 to 60°C. The high-performance capabilities of this pycnometer are crucial for ensuring accurate measurement data, which is essential for experiments involving particle density and sedimentation. Interested parties may submit quotations or responses to Lena Torres at dgb1@cdc.gov by 4:30 p.m. EST on September 16, 2024, although this notice is not a request for competitive quotations.
    Notice of Intent to Sole Source Axisoscope Microscope
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract for the procurement of a Zeiss Axioscope 5 microscope system, which includes advanced fluorescence and darkfield imaging capabilities. This specialized equipment is critical for ongoing research related to HIV and sexually transmitted infections, as it offers superior imaging capabilities essential for high-quality live cell imaging and quantitative analysis, surpassing alternative products. Interested parties may submit capability statements or proposals for consideration, with all responses due by the specified deadline; inquiries can be directed to Jillian Martinez at uhs0@cdc.gov or Stephanie Reid at qsi5@cdc.gov.
    Maintenance at the SIM center from Laerdal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for maintenance services at the SIM center for medical simulators, specifically from Laerdal. The contract will cover a base year and one option year, ensuring the operational readiness and functionality of the medical training equipment. This maintenance is crucial for supporting the training of medical personnel and enhancing the quality of healthcare education provided at the facility. Interested parties can direct inquiries to Luis Zeno at luis.a.zeno-pimentel.civ@health.mil or by phone at 757-953-6084, as the government intends to finalize the award following the posting period.
    H--Notice of Intent to Sole Source: Montel Rack Syste
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is planning to award a sole source contract to Shelf Image, Inc. for the repair services of the Montel Rack System. This procurement falls under the NAICS Code 811310, which pertains to commercial and industrial machinery and equipment repair and maintenance, highlighting the specialized nature of the services required. The government has determined that only one responsible source can meet its needs, and the anticipated award date is September 20, 2024, with services expected to be completed within 10 days of the start date. Interested parties who believe they can fulfill the requirements must submit a capability statement by 5:00 PM EST on September 17, 2024, to Megan Swift at mswift@usbr.gov.
    Construction of High-Containment Continuity Laboratory, Building 28 - CDC Roybal Campus, Atlanta, GA
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the construction of a High-Containment Continuity Laboratory (HCCL) at the CDC Roybal Campus in Atlanta, Georgia. The project involves building a state-of-the-art facility spanning approximately 175,000 square feet, designed to accommodate bio-safety level 3E and 4 laboratories, along with necessary supporting infrastructure. This construction is critical for enhancing the CDC's capabilities in high-containment research, ensuring operational continuity while adhering to stringent safety and security protocols. The estimated contract value ranges from $275 million to $340 million, with a construction duration of 44 months anticipated to commence shortly after contract award, expected in the fourth quarter of Fiscal Year 2025. Interested contractors should contact Michael Davis at vwl8@cdc.gov or call 770-488-2427 for further details.
    RISER Sources Sought
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking potential vendors for its Resources for Improvement of Surveillance and Emergency Response (RISER) program through a sources sought notice. The primary objective of this procurement is to enhance the availability and quality of laboratory reagents necessary for public health surveillance and emergency response, including the production of high-quality reference pathogens and the management of reagent distribution. This initiative is critical for supporting CDC's ongoing surveillance activities, vaccine development, and research related to public health issues. Interested parties are encouraged to submit their capabilities by September 17, 2024, and can contact Jennifer Gartzke at xuy7@cdc.gov or 404-498-0020 for further information.
    CDC Small Business Engagement Summit
    Active
    Health And Human Services, Department Of
    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to award a sole source contract to QIAGEN, LLC for the procurement of an EZ! Advanced XL System. This system is typically used for In-Vitro Diagnostic Substance Manufacturing. The contract is for supplies or services under the authority of FAR 13.106-1(b) (SAP) and 41 U.S.C. 3304(a)(1). Interested parties may submit proposals within five days of the issuance of this notice. The deadline for submission is 06:00AM, July 24, 2023.
    Blanket Purchase Agreement (BPA) for Dry Ice / CO2
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking proposals for a Blanket Purchase Agreement (BPA) to supply dry ice and liquid carbon dioxide (CO2) essential for laboratory operations. The procurement aims to secure a reliable source of these materials, with specific requirements including the delivery of 520,000 lbs. of dry ice and 780,000 lbs. of liquid CO2 annually, emphasizing compliance with safety and quality standards. This BPA, valued at an estimated $4.8 million over five years, is set aside for service-disabled veteran-owned small businesses, with quotes due by August 20, 2024, and questions accepted until August 5, 2024. Interested vendors should contact James Brown III at xvn8@cdc.gov for further details.
    Notice of Intent to Sole Source - Fire Training Simulation Maintenance
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the maintenance and service of the flame front simulator system to WRG Fire Training Simulation Systems Inc. This procurement is necessary to ensure continued support for a system originally designed and built by WRG for the forestry at Vandenburg Air Force Base, as they are the only reasonable source capable of providing the required services. Interested parties are invited to demonstrate their capability to fulfill this requirement by September 13, 2024, at 14:00 EST, with any responses being evaluated solely for the purpose of determining whether a competitive procurement is warranted. For further inquiries, interested parties may contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Active
    Health And Human Services, Department Of
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.