Preventative Maintenance Agreement
ID: 24-007534Type: Solicitation
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Request for Information: Computer Aided Facility Management (CAFM) Software System
    Active
    Health And Human Services, Department Of
    The National Institutes of Health, specifically the National Cancer Institute (NCI), is seeking information regarding Computer-Aided Facility Management (CAFM) and Integrated Workplace Management Systems (IWMS) to support its operational needs. The NCI currently utilizes Planon software and is interested in identifying qualified vendors, particularly small businesses, that can provide either authorized reselling of Planon products or alternative commercially-available systems. This initiative is crucial for maintaining efficient facility operations across NCI's extensive real estate portfolio, which includes approximately 125 buildings and 8,500 users. Interested parties should submit their responses by email to Contract Specialist Renee Jones-Chuang at renee.jones-chuang@nih.gov, referencing notice number 75N91024Q00115, as there is no solicitation available at this time and no contract is anticipated to be awarded in Fiscal Year 2024.
    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.
    Notice of Intent to Sole Source – Medtronic
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a sole source contract to Medtronic USA, Inc. for the procurement of Concerto Coils and Vascular Plug Systems essential for patient care at the NIH Clinical Center in Bethesda, Maryland. The acquisition includes specific product numbers and quantities, highlighting the unique features of these medical devices that are critical for the clinical needs of the facility. This procurement is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the specialized nature of the products. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by September 17, 2024, at 8 AM EST.
    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.
    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.
    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.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.