Maintenance of NIST-owned Cold Storage Units
ID: 1333ND24QNB640679Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking a contractor to provide maintenance and repair services for 86 cold storage units. The contractor will be responsible for scheduled preventive maintenance, on-site diagnostic services, and repairs for two walk-in freezers, ensuring compliance with manufacturers' specifications and safety regulations. These services are critical for maintaining the integrity of Standard Reference Materials (SRMs), which support accurate measurements across various sectors. Interested parties must submit their quotations electronically by September 9, 2024, with a budget cap of $30,000 for repairs over five years. For further inquiries, contact Carol A. Wood at carol.wood@nist.gov or by phone at 301-975-8172.

    Point(s) of Contact
    Carol A. Wood
    (301) 975-8172
    (301) 975-6273
    carol.wood@nist.gov
    Files
    Title
    Posted
    This document is a Request for Quotation (RFQ) from the federal government, specifically concerning the maintenance and repair services for cold storage units owned by the National Institute of Standards and Technology (NIST). The solicitation encompasses a one-year base service period, with four optional one-year extensions. The selected contractor will perform preventive maintenance on 86 cold storage units and offer diagnostic services for two walk-in freezers, with a capped budget of $30,000 for repairs over five years. Quotations are evaluated based on technical acceptability and price, with requirements for detailed documentation of service capabilities, personnel qualifications, and a clear breakdown of costs. Submissions must be made electronically by September 9, 2024, and include acceptance of all terms without modifications. The intent is to ensure competitive pricing while maintaining the quality and qualifications needed for effective service delivery. This RFQ signifies an open solicitation process aimed at leveraging commercial services in meeting federal operational needs.
    The document provides an inventory list of various laboratory freezers, detailing their specifications and locations within multiple buildings. It catalogs freezers manufactured by Norlake, Thermo, Revco, and New Brunswick Scientific, alongside models and serial numbers, organized by division and specific room assignments. The primary focus of the document is to maintain an accurate record of these assets, which is essential for resource management and potential procurement processes, especially considering the context of government RFPs and grants that may involve funding for equipment repairs or replacements. Additionally, the document notes the operational temperatures of these freezers, with many designated for ultra-low temperatures, indicating their critical role in preserving sensitive materials. Overall, this inventory serves as a vital tool for efficient facility management and compliance with safety standards in scientific research environments.
    The document is a Request for Quotation (RFQ) for federal procurement, identified as RFQ Number 1333ND24QNB640679. It outlines various Federal Acquisition Regulation (FAR) provisions and clauses applicable to the acquisition, detailing responsibilities related to representation, compliance, and contract terms. Key requirements include registration in the System for Award Management (SAM) and transparency concerning control of offerors and representations regarding tax liabilities. Furthermore, it lists specific provisions related to small business participation, including set-asides and subcontracting plans. The document outlines billing procedures, primarily favoring electronic submissions of invoices. It emphasizes adherence to laws and regulations regarding labor standards, business ethics, and environmental considerations. The RFQ underscores the importance of compliance for contractors and their subcontractors ensuring a transparent, fair procurement process. Overall, it serves to regulate contractual obligations while promoting small business engagement and ensuring ethical contractor behavior in the federal procurement landscape.
    The document outlines Request for Quotation Number 1333ND24QNB640679 from the National Institute of Standards and Technology (NIST) for preventive maintenance and repair services for cold storage units containing Standard Reference Materials (SRMs). The contractor is tasked with maintaining 86 cold storage units, ensuring they function according to their manufacturers' specifications. This includes scheduled preventive maintenance visits, on-site diagnostic services, and repairs for two specific walk-in freezers. The requirements emphasize the use of approved parts, strict adherence to safety regulations, and the presence of U.S. citizens or green card holders among contractor personnel. Maintenance visits will occur biannually, and any necessary repairs must be documented and quoted separately. The contract allows for a base period of one year, with four additional optional years available for extension. The contractor must ensure that all services are performed by certified technicians experienced with low-temperature refrigeration systems. This initiative is crucial for maintaining the integrity of NIST's SRMs, ultimately supporting accurate and reliable measurements across various sectors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument. This procurement is essential for the Chemical Sciences Division, which relies on the instrument for research and development as well as the certification of reference materials, thereby supporting national needs in chemical measurement and analysis. Spectro Analytical Instruments Inc. is the only authorized vendor for servicing this equipment, as they do not have any authorized repair partners within the continental United States. Interested parties may contact Erik Frycklund at erik.frycklund@nist.gov or Donald Graham at Donald.Graham@nist.gov for further inquiries, with responses due by September 19, 2024.
    LO Walk In Freezer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a walk-in freezer at Whiteman Air Force Base in Missouri. The procurement requires a freezer with specific dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with installation to be completed by September 19, 2024. This freezer is essential for storing rolls of chemicals, and the project emphasizes compliance with federal procurement regulations, including health and safety standards. Interested small businesses must submit their bids via email, with questions due by September 16, 2024, and can contact Lt. Joshua Sturgill or SSgt Ryan Hopkin for further information.
    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.
    Planar Junction Deposition System
    Active
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking quotations for a Planar Junction Deposition System to enhance its capabilities in depositing superconducting junctions at the Boulder Micro-fabrication Facility. The procurement includes the supply, installation, and training for a system that meets strict ISO Class 5 cleanroom standards and operates efficiently at high altitudes, with a focus on rapid pump down times and film deposition uniformity. This advanced semiconductor machinery is critical for various programs, including the Josephson Voltage Standard, ensuring NIST maintains cutting-edge research capabilities. Interested vendors must submit comprehensive quotations by the specified deadline, with inquiries directed to Lia M. Arthofer at lia.arthofer@nist.gov or 303-497-3870, and Clifford Nicholson at clifford.nicholson@nist.gov or 303-497-5185.
    109AW - Walk-In Cooler Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the refurbishment of two walk-in cooler/freezer combinations at the 109th Airlift Wing's dining facility located in Scotia, New York. The objective of this firm-fixed-price contract is to enhance food safety and energy efficiency by addressing existing operational deficiencies in the cooling units, with a completion deadline set for November 30, 2024. This refurbishment is critical for maintaining the quality of food services provided to military personnel and ensuring compliance with safety standards. Interested contractors, particularly women-owned small businesses, must submit their proposals by the specified deadlines and can direct inquiries to Nicholas Bastiani at 518-344-2510 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil. The government anticipates funding availability by September 30, 2024, and contractors must adhere to wage determinations and federal acquisition regulations throughout the project.
    USAFA Mitchell Hall Walk-In Cooler
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a walk-in cooler at Mitchell Hall, USAF Academy in Colorado. The contractor is required to provide all necessary labor, materials, and equipment to ensure the cooler meets detailed specifications, including specific dimensions and refrigeration requirements, while also ensuring the site is clean and ready for acceptance upon installation. This procurement is crucial for maintaining operational efficiency at the facility, and it is set aside for small businesses under NAICS code 333415. Proposals are due by September 18, 2024, at 2:00 P.M. MDT, and interested parties should contact Fenton L. Fitzgerald Jr. at fenton.fitzgerald.2@us.af.mil or Alex W. Kephart at alex.kephart@us.af.mil for further information.
    CDER Division of Applied Regulatory Science’s (DARS) Purchase of Cryopreservation System
    Active
    Health And Human Services, Department Of
    The U.S. Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking quotes for the procurement of a high-performance cryopreservation system to enhance the cryogenic storage capacity for biological materials used in drug metabolism and toxicology studies. The primary objective is to purchase an MVE HECO Vapor Series P-190 cryopreservation system that maintains stable -190°C temperatures and low nitrogen consumption, thereby complementing existing MVE freezers and ensuring consistent storage conditions across studies. This procurement is critical for maintaining the integrity of samples collected in the FDA's Division of Applied Regulatory Science (DARS) and is set aside exclusively for small businesses, with a firm-fixed-price contract expected to be awarded. Interested vendors should direct inquiries to Nicholas Bisher at Nicholas.Bisher@fda.hhs.gov, with delivery anticipated within 90 days of contract award.
    One-Time Corrective Maintenance of one (1) Acutemp Thermal Pallette Refrigeration System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source service contract to CSafe Global for the one-time corrective maintenance of an Acutemp Thermal Pallette Refrigeration System at the Naval Medical Center San Diego (NMCSD). This contract aims to ensure the reliable operation of the refrigeration system in accordance with manufacturer specifications, following the guidelines set forth by the Federal Acquisition Regulation (FAR) for sole source procurement. The maintenance services are scheduled to take place from September 30, 2024, to October 30, 2024, with interested vendors required to submit capability statements by September 16, 2024, to the primary contact, Danielle M Zulfer, at danielle.m.zulfer.civ@health.mil. No competitive proposals will be accepted, and all inquiries must be submitted via email.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Planetary Centrifugal Mixer
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking quotations for a planetary centrifugal mixer to enhance the preparation of composite material samples critical for accurate performance studies in infrastructure materials. The mixer must operate at user-selectable speeds between 1000 to 2000 RPM, accommodate specimen weights from 30 g to 500 g, and include features such as real-time torque and speed readouts, a secure lid, touch screen controls, and auto-balancing capabilities. This procurement is vital for improving metrology and sample preparation techniques, with quotations due by August 30, 2024, and inquiries accepted until August 27, 2024. Interested parties should contact Collin Randall at collin.randall@nist.gov or 301-975-6728 for further information.