NOTICE OF INTENT TO SOLE SOURCE: Validation and Calibration Services for a Government-owned Rees Scientific Environmental Monitoring-Alarm System
ID: 75N91024Q00095Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH NCIBethesda, 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

    Presolicitation NOTICE OF INTENT TO SOLE SOURCE: Validation and Calibration Services for a Government-owned Rees Scientific Environmental Monitoring-Alarm System. The Department of Health and Human Services, Department of, specifically the National Institutes of Health, National Cancer Institute, requires validation and calibration services for a Government-owned Rees Scientific Environmental Monitoring-Alarm System. This system is used by the Surgery Branch at the Center for Cancer Research to monitor and alert for environmental changes. The procurement will be processed under FAR Part 12 and made pursuant to the authority in FAR 13.106-1(b)(2). The place of performance is Bethesda, Maryland, United States. Interested parties may submit a capability statement, proposal, or quotation by July 29, 2024, to be considered by the agency. Contractors must be registered and have valid, current Entity Record in the System for Award Management (SAM) through SAM.gov.

    Point(s) of Contact
    Lena Lee, Contract Specialist
    lena.lee@nih.gov
    Reyes Rodriguez, Contracting Officer
    reyes.rodriguez@nih.gov
    Files
    Title
    Posted
    Similar Opportunities
    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.
    Notice of Intent to Sole Source – BioRender
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to BioRender for the provision of licenses for their online scientific illustration software. This acquisition aims to supply the Clinical Center HEFS Department with full access to BioRender for a 12-month period, facilitating the estimation of costs through RS Means Construction and Renovation Packages. BioRender is recognized as the sole authorized developer and distributor of this software, which is essential for creating scientific illustrations efficiently. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by September 11, 2024, at 4 PM EST, as this notice serves as an intent rather than a request for quotations.
    Installation of 18x Boom Arms for a Tandem Boom System (Notice of Intent to Sole Source)
    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 for the installation of 18 new 2nd Boom Arms for a Tandem Boom System at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to replace existing respiratory boom systems in the ICU suite, which have been deemed inadequate by users, and to ensure the functionality of the new equipment through necessary deinstallation and reinstallation of medical gas, electrical, and telecommunication lines. The project is critical for enhancing medical equipment efficiency and safety, reflecting a responsive approach to user feedback. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 4:00 PM EST on September 9, 2024, as this is not a request for proposal but a notice of intent to sole source to KR Wolfe Inc. and its subcontractor, Hillrom (now Baxter International).
    Amendment No. 1 -Notice of Intent to Award a Sole Source Contract – Radiation Protection Advancing Patient Safety
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to award a Sole Source contract to the National Council on Radiation Protection and Measurements (NCRP) for the project titled "Radiation Protection Advancing Patient Safety." The primary objective of this procurement is to obtain up to six well-sourced scientific analyses, reports, and recommendations on radiation safety, which will inform regulatory decision-making and policy development related to radiological medical devices and radiation-emitting electronic products. This initiative is crucial for enhancing patient safety by ensuring that radiation exposure is minimized and that the quality of patient care is improved. Interested parties must submit their capability statements to Bernice Nelson by September 19, 2024, with the contract being executed under simplified acquisition procedures and the NAICS code 541720, which has a small business size standard of $28 million.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Notice of Intent to Limiting sources for Preventative Maintenance and Qualification Service) for Thermo Q-Exactive Mass Spectrometer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), intends to award a contract for preventative maintenance and qualification services for the Thermo Q-Exactive Mass Spectrometer System exclusively to Thermo Electron North America LLC. This procurement is necessitated by the highly specialized nature of the services required, which can only be provided by the original equipment manufacturer (OEM), Thermo Electron, due to their unique capability to supply validated OEM parts and trained technicians. The maintenance and qualification services are critical for ensuring the system's compliance with ISO/IEC 17025 accreditation standards. Interested parties may submit capability statements by 3:00 p.m. EST on September 10, 2024, to Elena Tatarov at elena.tatarov@fda.hhs.gov, with an anticipated award decision expected within fifteen days following the closing date. The procurement falls under NAICS Code 541990, which encompasses all other professional, scientific, and technical services.
    In-VitroCell NU-5710 Direct Heat CO2 Incubator
    Active
    Health And Human Services, Department Of
    Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to procure an In-VitroCell NU-5710 Direct Heat CO2 Incubator. This item is typically used for laboratory research and is intended to replace the current incubators being utilized at NIEHS. The procurement is being conducted on a sole source basis with Nuaire, Inc. The delivery date for this purchase is September 30, 2024. Interested parties may submit a capability statement by July 25, 2024, 5:00 PM EST. For more information, please contact Brian Moyer at moyerbd@niehs.nih.gov.
    NOTICE OF INTENT TO SOLE SOURCE: UPGRADE OF THE CAPSULE PACK COMPRESSOR UNITS IN THE -20 C UNITS OF A NORLAKE WALK -IN FREEZER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with Normco Cascade Inc. for the upgrade of the capsule pack compressor units in its -20°C Norlake walk-in freezers. This procurement aims to resolve reliability issues stemming from faulty coils within the compressors, which have led to frequent failures, thereby ensuring the consistent operation of critical cold storage facilities that maintain the integrity of standard reference materials. The selected contractor, Normco Cascade Inc., has a proven track record with NIST and has previously implemented a successful custom installation solution that has demonstrated reliability since January 2024. Interested parties capable of fulfilling these requirements are invited to submit responses by 10:00 AM EST on September 13, 2024, via email to Rudolph Spencer at rudolph.spencer@nist.gov. The contract will be a Firm Fixed-Price purchase order under NAICS Code 811310, with a size standard of $12.5 million.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    METAOX: OPTICAL MONITOR OF METABOLIC RATE OF OXYGEN CONSUMPTION (DEMO WITH OPTION TO BUY)
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole source contract for the MetaOx, an optical monitor of metabolic rate of oxygen consumption, with ISS Medical, Inc. This procurement aims to acquire a demonstration unit with an option to purchase, which is critical for measuring various physiological parameters such as cerebral tissue hemoglobin concentration and microvascular cerebral blood flow, particularly in clinical applications for infants, children, and adults. Interested vendors must submit a capability statement addressing specific requirements by 2:00 PM EST on September 13, 2024, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all submissions subject to the guidelines outlined in FAR 52.212-1(f). For further inquiries, vendors can contact Rubyanne Matthews at rubyanne.matthews@nih.gov or Jesse Weidow at jesse.weidow@nih.gov.