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, specifically the National Institutes of Health (NIH), is seeking a contractor to provide aquarium maintenance services at its Clinical Center in Bethesda, Maryland. The contract, which will run from May 1, 2025, to April 30, 2026, with four optional renewal years, requires the contractor to ensure the health and well-being of fish across eight aquaria, including both saltwater and freshwater tanks, which are integral to enhancing patient and staff comfort. Interested vendors must demonstrate experience in healthcare aquarium management, provide two references, and submit a certification of capability by the deadline of February 7, 2025. For further inquiries, potential bidders can contact Tasha Lowe at lowet2@mail.nih.gov or Malinda Dehner at dehnerm@cc.nih.gov.

    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Roche cobas® z 480 Analyzer Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for the Roche cobas® z 480 Analyzer. This presolicitation opportunity aims to ensure the proper functioning and reliability of this critical laboratory equipment, which is essential for various diagnostic and research applications. The maintenance service will be performed in Bethesda, Maryland, and interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at dehnerm@cc.nih.gov or 301-594-6320 for further details. The procurement process is in the early stages, and specific deadlines will be communicated as the opportunity progresses.
    BioMerieux, Inc Maintenance Service for two Instruments
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for two BioMerieux, Inc. instruments. The procurement aims to ensure the proper functioning and reliability of critical laboratory equipment, which is essential for ongoing research and health initiatives. This maintenance service is vital for the upkeep of instruments used in various health-related studies, thereby supporting the NIH's mission to enhance public health. Interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or by phone at 301-496-7015 for further details regarding this presolicitation opportunity.
    Qiagen, LLC QIA Instrument Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the maintenance service of Qiagen, LLC QIA instruments. This procurement aims to ensure the operational efficiency and reliability of electronic and precision equipment used in laboratory settings, which is critical for ongoing research and health initiatives. The services will be performed in Bethesda, Maryland, and interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at DehnerM@cc.nih.gov or 301-594-6320 for further details. The opportunity is currently in the presolicitation phase, and specific deadlines will be communicated as the procurement process progresses.
    FREEZERWORKS ANNUAL SUPPORT & MAINTENANCE RENEWAL
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew the annual support and maintenance for Freezerworks software. This procurement aims to ensure the continued functionality and reliability of the software, which is critical for managing biological samples and data within NIH's research initiatives. The services will be performed in Rockville, Maryland, and interested vendors can reach out to Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov for further details. The notice is categorized as a Special Notice under the NAICS code 513210, and the procurement is essential for maintaining operational efficiency in NIH's research activities.
    Preventive Maintenance and Repair of Mass Spectrometry Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals for the preventive maintenance and repair of mass spectrometry equipment. The contract, identified as Combined Synopsis/Solicitation No. 75N96025Q00018, requires small businesses to provide comprehensive maintenance services, including inspections, repairs, software updates, and necessary parts, all while adhering to manufacturer specifications. This procurement is vital for ensuring the operational efficiency and safety of laboratory instruments used in environmental health research. Interested vendors must submit their quotations by February 28, 2025, and can direct inquiries to Chantal Cornelius at chantal.cornelius@nih.gov.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    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.
    CO2 AND OXYGEN DELIVERY AND TANK RENTAL
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) NIAID, is seeking proposals for the procurement of medical-grade carbon dioxide and oxygen, along with their delivery and tank rental services. The requirements include 350 cylinders of 50 lbs medical-grade carbon dioxide and 950 cylinders of 25CF size E aluminum oxygen, among other specifications, with a commitment to service extending from March 1, 2025, to February 28, 2026. This procurement is critical for ensuring a reliable supply of essential medical gases for healthcare facilities, adhering to federal regulations and standards. Interested vendors can reach out to Rubyanne Matthews at rubyanne.matthews@nih.gov or Jesse Weidow at jesse.weidow@nih.com for further details.
    Annual Service Agreement for AquaC UNO H Reverse Osmosis Machines
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified vendors to provide an Annual Service Agreement for AquaC UNO H Reverse Osmosis Machines. This procurement aims to ensure the maintenance and operational efficiency of these critical water purification systems, which are essential for healthcare facilities within the DHA. The services will be performed in Bethesda, Maryland, and are categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties should reach out to Pamela Renteria at pamela.i.renteria.civ@health.mil or Miriam Railey at miriam.t.railey.civ@health.mil for further details regarding the opportunity.
    BBCS Software License and Maintenance Support Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure software license and maintenance support services from BBCS Corporation for its Department of Transfusion Medicine (DTM). The contract will cover the renewal of annual maintenance and support for critical software applications, including ABO Express, ABO Wheels, ABO Lab, and ABO Quick Pass, which are vital for blood collection, manufacturing, testing, and inventory management operations. This renewal is essential for the uninterrupted functioning of NIH's blood banking services, emphasizing the importance of maintaining vendor relationships to support healthcare operations. Interested vendors can contact Shasheshe Goolsby at shasheshe.goolsby@nih.gov or call 301-827-4879 for further details, with the contract period running from March 4, 2025, to March 3, 2026.
    Preventative Maintenance Agreement
    Buyer not available
    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.