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 - Limitless Mining Solutions Mine LED Lighting with PA approved boxes
    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 to Limitless Mining Solutions for the procurement of a specialized mine LED lighting system. This lighting system is uniquely designed to meet the stringent electrical requirements set forth by the Mine Safety and Health Administration (MSHA) and the Pennsylvania Department of Environmental Protection (PADep), making it essential for safe operations in underground coal mines. The urgency of this procurement is underscored by the fact that no alternative products meet the necessary safety regulations or operational efficiency standards. Interested parties may submit their capabilities or proposals to the CDC's contract specialist, Dean Burnett, via email at zvs8@cdc.gov by 2:00 PM EST on September 20, 2024.
    Notice of Intent to Sole Source iChrom Solutions dba Spark Holland for the Procurement of CHRONECT Symbiosis UHPLC System_FY24
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to award a sole-source contract to iChrom Solutions dba Spark Holland for the procurement of the CHRONECT Symbiosis UHPLC System for fiscal year 2024. This procurement is essential for the Organic Analytical Toxicology Branch (OATB) to replace an outdated system currently used for analyzing human serum and urine samples for exposure assessment of polycyclic aromatic hydrocarbons (PAH), perfluoroalkyl substances (PFAS), and universal pesticides. The new Symbiosis system is critical for maintaining the laboratory's operational efficiency and ensuring the validity of analytical results, as it is the only system compatible with existing methods and capable of synchronizing with mass spectrometer data collection. Interested firms that believe they can meet the requirements are encouraged to submit their capabilities and supporting information to the Contracting Specialist by September 22, 2024, with any inquiries directed to Joselle Teran-Macaraeg at urv3@cdc.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.
    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.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    Sources Sought (SS) | World Trade Center Health Program | Survivor Clinical Center of Excellence
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking information from organizations interested in supporting the operationalization of a Clinical Center of Excellence (CCE) as part of the World Trade Center (WTC) Health Program. The objective is to identify potential contractors capable of providing monitoring and treatment services for eligible Survivor members affected by the September 11 terrorist attacks, with services required from July 1, 2025, to June 30, 2030. This initiative underscores the federal commitment to delivering comprehensive healthcare to 9/11 responders and survivors, emphasizing compliance, effective personnel management, and high-quality service delivery. Interested parties must submit their capability statements by October 2, 2024, and can direct inquiries to Melissa Lera at umt1@cdc.gov.
    Notice of Intent to Sole Source to AAALAC
    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 sole source a contract to AAALAC International for participation in their annual accreditation program. This procurement involves a purchase order for a base period and two option periods, aimed at ensuring high standards for animal care and use within scientific research, as AAALAC International is the sole provider of such accreditation globally recognized for excellence. The accreditation process includes a comprehensive internal review, resulting in a three-year accreditation period, which is crucial for institutions committed to animal welfare in research. Interested parties can reach out to Jennifer Gartzke at xuy7@cdc.gov or call 404-498-0020 for further information.