Notice of Intent to Sole Source: Maintenance Services for Rees Centron Monitoring System
ID: 75N95024Q00478Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The National Institute of Neurological Disorders and Stroke (NINDS) plans to award a sole-source contract for critical maintenance services and support for the Rees Centron Monitoring System. This system is vital for monitoring the temperature of scientific freezers and incubators across multiple NIH campus buildings, ensuring the integrity of stored samples used in neurological research.

    The scope of work involves providing manufacturer-certified services for this proprietary system. Only Rees Scientific, the system's manufacturer, possesses the required access, training, and certifications to perform annual sensor calibrations, software upgrades, and preventative maintenance. The work is complex and specialized, requiring a unique skill set and access to proprietary information.

    To qualify for this sole-source contract, applicants must demonstrate their capability and bona fide credentials. The evaluation criteria will focus on an applicant's ability to meet the specific requirements outlined in the notice. As this is not a competitive process, there are no set eligibility criteria, but all respondents must have a valid System for Award Management (SAM) registration.

    The contract is expected to be a firm-fixed price agreement, with an estimated value not specified in the notice. The deadline for submitting expressions of interest and capability statements is 5:00 PM EST on August 1, 2024. The contact person for this opportunity is Evan Feely, Contracting Officer, who can be reached at evan.feely@nih.gov.

    This pre-solicitation notice is a formal indication of the government's intent to award the contract on a non-competitive basis. However, interested parties may still submit their capabilities and expressions of interest. The government retains the discretion to evaluate these submissions and potentially conduct a competitive procurement.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Sleepworks Service Agreement
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), intends to award a non-competitive contract for a Sleepworks Service Agreement. This procurement aims to secure a service maintenance agreement for equipment utilized in research focused on identifying electrical activity patterns in the sleeping brain, which is crucial for detecting neurodevelopmental and neuropsychiatric disorders. The contract will support collaborative efforts with various scientific centers to enhance understanding of sleep's role in brain development through advanced recording techniques and biomarker exploration. Interested parties must submit their capability statements by September 23, 2024, at 9:00 a.m. EST, to Robin Knightly at Robin.Knightly@nih.gov, referencing solicitation number 75N95024Q00579.
    Intent to Sole Source RS Means Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.
    COMPREHENSIVE FIVE YEAR SERVICE PACKAGE - ENVIRONMENTAL MONITORING SYSTEM SERVICE (AMBIS 2203139)
    Active
    Health And Human Services, Department Of
    Presolicitation Notice: Department of Health and Human Services, Department of National Institutes of Health (NIH) intends to negotiate with Rees Scientific for the procurement of an environmental monitoring system package. The package includes a comprehensive five-year service package with various components and documentation. The service shall be performed at Rocky Mountain Laboratories (RML) in Hamilton, MT. The monitoring system is required to ensure compliance with regulations enforced by the Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) for animal research operations at RML. This is a sole source requirement, and no other company has the authority to perform these critical services. Interested parties may submit a capability statement for consideration by the Government.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    NIEHS - Exodus H-600
    Active
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS) intends to negotiate a sole-source contract with Exodus Bio, Inc. for the acquisition of an Exodus H-600 automatic exosome isolation system. This procurement aims to enhance the NIEHS's capabilities in biological product manufacturing, specifically focusing on the isolation of exosomes, which are critical for various research applications in environmental health. The contract, associated with NAICS Code 325414, is expected to include one unit of the specified equipment, with a delivery timeframe of 60 days post-award. Interested parties capable of fulfilling this requirement are encouraged to submit a capability statement via email by September 18, 2024, and inquiries can be directed to Tanya Redfearn at shields3@niehs.nih.gov or by phone at 984-287-3052.
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.
    Preventative Maintenance Agreement
    Active
    Health And Human Services, Department Of
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
    Notice of Intent - Ortho Clinical Reagents and Supplies
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a fixed-price contract for Ortho Clinical reagents and supplies, specifically for the Department of Transfusion Medicine at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to secure essential analyzer supplies and reagents that are critical for ensuring the safety and effectiveness of blood products used in transfusion therapy, which must meet specific compatibility requirements for patient treatment. The selected supplier, Ortho-Clinical Diagnostics, Inc., is the sole source for these unique reagents, which have undergone extensive validation studies and are necessary for compatibility testing of both patients and blood donors. Interested parties capable of providing similar products may submit a capability statement by September 22, 2024, to Sheri Eiri at sheri.eiri@nih.gov, as the contract is contingent upon the availability of FY2025 funding.
    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.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.