Aquarium Maintenance Service
ID: 25-004181Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Zoos and Botanical Gardens (712130)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors to provide aquarium maintenance services at its Clinical Center in Bethesda, Maryland. The contractor will be responsible for the upkeep of eight aquaria, including five saltwater and three freshwater tanks, ensuring the health and well-being of the fish, which contribute to the therapeutic environment for patients and staff. This contract, which spans a base year from May 1, 2025, to April 30, 2026, with four additional option years, emphasizes the importance of maintaining high standards of care and operational protocols, including emergency responses and regular communication with NIH personnel. Interested parties must submit their quotations by March 21, 2025, and can direct inquiries to Tasha Lowe at lowet2@mail.nih.gov or by phone at 301-402-6147.

    Files
    Title
    Posted
    The document serves as a compilation of questions and answers related to Request for Quotes (RFQ) 25-004181, dealing with the aquatic needs at the Clinical Center (CC). Key topics addressed include water sourcing for aquariums, parking logistics, waste disposal protocols, and operational aspects for contractors. The water used in aquariums is primarily Reverse Osmosis/Deionized water (RODI), with explicit instructions on storage, use of tap water, and evacuation plans in case of service interruptions. Parking is limited to the Clinical Center garage with permits provided, and specific guidelines are outlined for using the loading dock. Proper protocols for secure access to facilities and handling of equipment, as well as the transition plans for contract awards, are discussed. The contractor's responsibilities, including testing the RODI water for purity and managing fish feed schedules, are clarified, alongside administrative requirements such as maintaining active SAM records and completing necessary FAR provisions. Furthermore, visual documentation of related equipment is mandated. This guidance succinctly addresses operational standards and expectations for participants in the RFP process, underscoring the importance of compliance and communication in contractor management within government-run facilities.
    The National Institutes of Health (NIH) Clinical Center seeks a contractor for aquarium maintenance to ensure the health and well-being of fish across eight aquaria in its Bethesda, Maryland facilities. This contract, effective from May 1, 2025, to April 30, 2026, with four option years, involves the upkeep of both saltwater and freshwater tanks utilized for patient and staff comfort. The contractor is responsible for fish supply, equipment maintenance, regular water changes, and adhering to strict service protocols, including emergency responses within two hours. The scope of work includes weekly maintenance, provision of food, and health care for the fish, with required reporting on care activities and issues. The government will supply the aquarium tanks, while the contractor must have experience in healthcare aquarium management. Regular communication and quality control measures, including quarterly meetings with NIH personnel, will ensure adherence to contract terms and satisfactory service delivery. This RFP emphasizes quality care in an integrated healthcare environment, reflecting NIH's commitment to enhancing patient experience through unique therapeutic elements.
    The document outlines the qualifications required for a company to manage multiple aquariums, specifically focusing on fresh and saltwater tanks. Applicants must confirm their capability in handling a minimum of seven tanks, ranging from 10 to 70 gallons, and demonstrate prior experience managing both types of aquariums. Additionally, they must provide two references to substantiate their qualifications. The form requires the business representative to certify the accuracy of their claims upon submission. An optional narrative section allows for additional details concerning the applicant's technical capabilities. The submission deadline is noted as February 7, 2025. This document is part of a government RFP process aimed at selecting qualified vendors for aquatic management services, underscoring the importance of verified experience and credibility in providing these specialized services.
    This document outlines the evaluation criteria for federal proposals, emphasizing the importance of technical acceptability, past performance, and price in that order. To be considered for award, offerors must achieve a minimum rating of "ACCEPTABLE" in technical acceptability and "SATISFACTORY confidence" for past performance. The technical evaluation focuses on the offeror’s capability and management approach, requiring detailed plans for personnel management and effective communication. Ratings range from "EXCELLENT" to "UNSATISFACTORY," assessing strengths and weaknesses in proposals. The past performance section gauges the offeror's likelihood of meeting solicitation requirements based on past contracts, requiring two references that highlight relevant performance history. The assessment uses a four-tier rating system ranging from "Substantial Confidence" to "No Confidence." Price evaluation is conducted separately to ensure fairness and reasonableness. This structured assessment is critical for ensuring that awarded contracts meet the government's high standards for performance and cost-effectiveness in RFP processes.
    The document outlines the invoice and payment provisions applicable to federal contracts, specifically for vendors transitioning to the Invoice Processing Platform (IPP). It highlights the requirements for submitting proper invoices, which must include specific details such as the vendor's information, invoice number, unique entity identifier (UEI), and accurate descriptions of services or supplies billed. The payment terms stipulate that invoices are payable 30 days after receipt or acceptance by the government, with exceptions for certain perishable goods. Late payments may incur interest penalties as governed by the Prompt Payment Act. The document also mandates that contractors expedite payments to small business subcontractors and establishes the necessity for electronic submissions via the IPP unless alternative procedures are authorized. Overall, these provisions aim to ensure timely, transparent, and fair payment practices in government contracting.
    The document provides essential information regarding visitor access, parking, and security protocols for the National Institutes of Health (NIH) campus in Bethesda, MD. It details vehicle and pedestrian entrances, such as the NIH Gateway Drive for vehicles and the NIH Gateway Center for pedestrians, specifying operational hours and alternative entrances during off-hours. It also outlines parking options for patients and general visitors, emphasizing validation requirements and valet services. Security measures include vehicle inspections utilizing detection dogs and electronic devices, with all vehicles subject to checks regardless of prior inspections. Personal inspections of visitors are also mandatory, prohibiting certain items on campus. Visitors over 15 must present government-issued ID, while minors should be accompanied by an adult. This bulletin serves to facilitate safe and efficient visits to the NIH, reflecting the institution's commitment to maintaining security standards while ensuring accessible patient care. The content is particularly relevant for individuals planning to visit NIH facilities, aligning with the government's broader objective of enhancing public safety in federal spaces.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Operation and Maintenance of a Murine Pathogen-Free Mouse Breeding Facility
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for the operation and maintenance of a Murine Pathogen-Free Mouse Breeding Facility. This procurement aims to ensure the facility operates efficiently, providing essential support for research involving pathogen-free mice, which are critical for various biomedical studies. The contract will be managed under the PSC code R707, indicating a focus on management and support services. Interested parties can reach out to Sevag Kasparian at Sevag.Kasparian@nih.gov or 240-669-5177, or Gabriel Contreras at gabriel.contreras@nih.gov or 240-292-4828 for further details regarding the opportunity.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.