NIA21-005874MD

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Maintenance Agreement for Ice Machines
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Malita
Dyson
malita.dyson@nih.gov

Secondary Contracting Officer

Katie
Cartwright
katie.cartwright@nih.gov
NAICS Code Number
811412
Appliance Repair And Maintenance
Small Business Size Standard
$16,500,000.00
FPDS Classification Code
J041
Estimated Period of Performance
06/28/2021-06/27/2024
Competition Status
Competitive
Background/Description of Requirement

Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2021-05 published in the Federal Register on March 10, 2021.

The National Institute on Aging (NIA) Intramural Research Program (IRP) has an ice machine located on each floor of the Biomedical Research Center (BRC) Building, located at 251 Bayview Blvd., Baltimore, MD 21224 on floors 5,6,8, 9 and 10, where its labs are housed to provide the labs with readily available and accessible for the labs’ research purposes.  The ice machines always need to be in proper working conditions to avoid any disruption to the NIA IRP research mission.

The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). Specifically, the contractor shall provide preventative maintenance (PM) and repairs on ice machines located in the NIA BRC Building. There a total of five (5) ice machines located on floors 5, 6, 8, 9 and 10.  Preventative Maintenance (PM) to include sanitization, cleaning, and filter changes.

  • The Contractor will conduct onsite visits to perform preventative maintenance, twice per year as scheduled with the government representative.
  • The Contractor will provide such parts, supplies, filters, chemicals for cleaning and other materials as may be necessary and reasonable to maintain the Equipment in good working order.
  • The Contractor will inspect equipment while performing the preventative maintenance and provide the Government with estimates for repairs required to ensure equipment is maintained in good working order, if needed. Repair work will not be performed without government approval.
  • The Contractor will provide to two (2) emergency service calls

Period of Performance:

Base: June 28, 2021 through June 27, 2022

Option Year 1: June 28, 2022 through June 27, 2023

Option Year 2: June 28, 2023 through June 27, 2024

GOVERNMENT RESPONSIBILITIES

The NIA representative for this requirement will coordinate the PM visits as well as any repairs or other actions needed under this requirement. 

NIA will provide the Contractor with access to the BRC building.

DELIVERY OR DELIVERABLES

To clean, inspect and check that all five (5) ice machines are within manufactures specifications, and change filters. 

If equipment is out of specification, the Contractor will notify NIA of needed repairs/parts and provide a quote for repairs in writing.

No work shall be performed without prior approval from the Contracting Officer’s Representative (COR).

REPORTING REQUIREMENTS

The Contractor will provide written reports of their findings and work completed per preventative maintenance visit and for any repairs or other actions performed under this requirement.

OTHER CONSIDERATIONS

Travel:

N/A

Key Personnel:

Trained, certified and accredited technicians

Information System Security Plan:

IT security requirements are not applicable in this requirement.

Data Rights::

Data rights are not applicable in this requirement.

Contract Type:

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response.

All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number, if applicable:

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

The following provisions and clauses apply to this acquisition and are incorporated as an attachment.  Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.