NIH-NINDS-21-011785-Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Handyman Services for National Institute of Neurological Disorders and Stroke (NINDS)
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Valerie
Gregorio
valerie.gregorio@nih.gov
NAICS Code Number
561210
Facilities Support Services
Small Business Size Standard
$41.5 millions
FPDS Classification Code
N/A
Estimated Period of Performance
August 9, 2021 to September 8, 2021
Delivery of Goods
BLDG 35/35A, BLDG 10, BDLG 31, BLDG 37, BLDG 13, BLDG 49
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Inspection Experts, Inc.
Address
9250 Rumsey RD STE 106
Columbia, Maryland 21045
United States
Single-Sole Source Determination
The program area searched for previous purchase that were similar and/or same requirement (HHSN27120160014A). The IGCE is based on the historical data found in the above referenced requirement. No escalation added at this time.
Background/Description of Requirement

The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. In efforts to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological  disease,  NINDS utilizes a number of facilities, including biomedical investigative environments, which require support services. Please note that NINOS Facilities include biomedical environments such as two freezer farms as well as spaces containing HVAC,  nitrogen(N2),  carbogen (C0202), carbon dioxide (CO2) [lab vacuum, lab gases, lab air], bio-hazard storage,  fume hoods, bio-safety cabinets, air tables, centrifuges and vivarium’s.

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.