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
    USFWS - Walk In Seed Coolers - Iowa
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the procurement of two walk-in seed coolers to be delivered to the Fergus Falls and Morris Wildlife Management Districts in Minnesota. The requirement includes specific technical specifications regarding dimensions, insulation, and power supply, with an anticipated delivery date of November 30, 2024. This procurement is part of a total small business set-aside initiative, emphasizing the importance of small business participation in government contracting. Interested vendors must submit their quotations by September 21, 2024, to Thomas Ikner at thomasikner@fws.gov, and must be registered as active vendors in the System for Award Management (SAM) to be eligible for award consideration.
    SERVICE CONTRACT OF FORTESSA AND FACS FLOW SUPPLY SYSTEM (AMBIS 2239377)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) and its National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a service contract to maintain the LSR Fortessa and FACS Flow Supply System. The procurement requires comprehensive maintenance services, including preventive inspections, OEM parts, and unlimited support to ensure the equipment remains fully operational for ongoing research. This contract is critical for maintaining the integrity of laboratory operations, with a performance period from November 8, 2024, to November 7, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by September 30, 2024, at 12:00 PM EST, and can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov for further information.
    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.
    41--REFRIGERATION UNIT,
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a refrigeration unit, specifically NSN 4110015437829. The requirement includes the delivery of one unit to the Naval Weapons Systems Support Mechanism within 30 days after award, with approved sources listed for reference. This procurement is critical for maintaining operational capabilities within military logistics, ensuring that necessary refrigeration equipment is available for various applications. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    Infrared Microscope
    Active
    Commerce, Department Of
    The Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking proposals for the procurement of a high-specification infrared microscope, identified by solicitation number 1333ND24QNB680503. This advanced microscope is essential for imaging silicon wafers and chips, particularly for defect inspection and analysis in microfabricated sensors, and must meet specific technical requirements including enhanced imaging resolution and sensitivity. The procurement emphasizes the importance of technical capability and past performance, with proposals due by 11:00 AM Eastern Time on August 13, 2024, and delivery expected within 10 weeks of contract award to the NIST campus in Gaithersburg, Maryland. Interested parties can contact Tracy Retterer at Tracy.retterer@nist.gov or Joni L. Laster at joni.laster@nist.gov for further information.
    B18 Chiller Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of a chiller at Joint Base Anacostia-Bolling in Washington, D.C. The contractor will be responsible for repairing leaks in Chiller 1, conducting routine maintenance, and ensuring proper cleanup after the work is completed, with a focus on maintaining cooling capabilities for 26 facilities. This contract is set aside for small businesses under NAICS Code 811310, with a completion period of 60 days from the notice to proceed. Interested parties must submit their quotes by September 25, 2024, following a site visit scheduled for September 19, and should direct inquiries to Melvin Spann at melvin.spann@us.af.mil or Christian Barnett at christian.barnett.1@us.af.mil.
    W041--Refrigerated/Freezer Trailer Rental RFI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from qualified vendors regarding the rental of a 53-foot refrigerated/freezer trailer for the Clarksburg VAMC in West Virginia. The trailer must be dual-zoned to accommodate both frozen and chilled goods, and the procurement includes maintenance, repairs, delivery, and removal of the trailer during the contract period, which is set to begin on October 6, 2024, with an option for an additional 12-month period. This equipment is crucial for the kitchen operations during ongoing construction projects at the facility, ensuring the safe storage of perishable food items. Interested vendors must submit their capability statements and relevant information to Stephanie Henderson at stephanie.henderson3@va.gov by September 23, 2024, at 1:00 p.m. Eastern Standard Time.
    Luxfer Brand Gas Aluminum Cylinders
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of Luxfer brand aluminum gas cylinders, specifically eighty (80) non-SGS cylinders with packless CGA-350 brass valves, and an optional maximum of fifty (50) additional empty cylinders with packless CGA-660 stainless steel valves. This procurement is critical for the production of Primary Standard Materials (PSMs) used in accurate gas measurement, particularly for carbon monoxide, nitric oxide, and sulfur dioxide, which are essential for scientific research and regulatory compliance. Interested contractors must submit firm-fixed price quotations by 11:00 a.m. Eastern Time on September 23, 2024, to the designated Contract Specialist, Tish Walker, at latish.walker@nist.gov, adhering to all specified requirements and provisions outlined in the solicitation documents.
    HLD HVAC Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for HVAC maintenance services at the Ice Harbor Lock and Dam. The contract, identified by solicitation number W912EF24Q0108, aims to establish a three-year fixed-price agreement for maintaining the facility's HVAC systems, ensuring compliance with OEM standards and performance requirements. This procurement is critical for maintaining operational efficiency and safety at the facility, with key services including annual inspections, operational checks, and emergency repairs for a Trane Series R heat pump. Interested vendors must submit inquiries through the ProjNet system and register at SAM.gov, with proposals due by 11:00 AM on September 25, 2024. For further information, vendors can contact Tiffany Chang at tiffany.chang@usace.army.mil or Kristin Hernandez at kristin.a.hernandez@usace.army.mil.
    41--REFRIGERATOR-FREEZE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a refrigerator-freezer, specifically NSN 4110016299593. The requirement includes a quantity of one unit to be delivered within 30 days after the order is placed, with the approved source being HMC-MIL-1A. This procurement is critical for maintaining operational readiness and ensuring the availability of essential refrigeration equipment for military use. Interested vendors are encouraged to submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.