Similar Projects
Munitions Load Crew Training Facility
New Construction - 8,279 SF
Design
$5,000,000 to $10,000,000 est. value
Joint Base Andrews, MD

Defense Logistics Agency (Dla) Site Improvements, Fort Meade, Md
Renovation
Design
$10,000,000 to $25,000,000 est. value
Fort Meade, MD 20755

RFQ - Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities
Term Contract
Bidding
$10,000,000 CJ est. value
Annapolis, MD 21401

RFP D/B - Steam B - Boiler Replacement Naval Support Facility, Indian Head
Renovation
Bidding
$25,000,000 CJ est. value
Indian Head, MD 20640

Preventive Maintenance Physical Security System
Term Contract
Sub-Bidding
Silver Spring, MD 20910

East Campus Building 5 (ECB5) Pre-Construction / Construction Services
New Construction
Post-Bid
Less than $500,000,000 est. value
Fort George Meade, MD 20755

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Construct F-16 Flight Simulator Facility
New Construction - 13,000 SF
Results
$5,000,000 to $10,000,000 est. value
Joint Base Andrews, MD

Construct F-16 Flight Simulator Facility at Joint Base Andrews, Maryland
New Construction
Results
Clinton, MD

CBIRF Obstacle Course Repairs
Renovation
Design
Indian Head, MD 20640

P203U - Building 3464 Add and Repair Crash Rescue Station #2
Renovation
Bidding
$25,000,000 CJ est. value
Andrews Air Force Base, MD 20762

P3005, Design Build, Child Development Center, Joint Base Andrews, Camp Springs, MD
New Construction, Demolition - 48,296 SF
Post-Bid
$10,000,000 to $25,000,000 est. value
Camp Springs, MD

NMLPDC1 Modernize NPDS Corridors Replace NPDS Drinking Fountains Replace NPDS Carpet
Renovation
Results
$500,000 to $1,000,000 est. value
Bethesda, MD 20814

Provide and install 8 replacement coils in Wallops Flight Facility drycooler.
Renovation, Infrastructure
Design
$100,000 CJ est. value
Greenbelt, MD 20770

D/B Medical Waste Incinerator Facility at Ft. Detrick - Phase 2
New Construction, Infrastructure, Renovation
Bidding
$100,000,000 CJ est. value
Frederick, MD 21702

Last Updated 06/07/2023 08:05 AM
Project Title

NCATS' TOX 21 and Kalypsys HTS automated cell-based assay systems service agreement

Physical Address View project details and contacts
City, State (County) Rockville, MD 20850   (Montgomery County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected August 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

NOTICE OF INTENT to Sole Source 1. SOLICITATION NUMBER: 75N95023Q00376 2. TITLE: NCATS' TOX 21 and Kalypsys HTS automated cell-based assay systems service agreement 3. CLASSIFICATION CODE: 811210 - ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE NAICS CODE: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT-INSTRUMENTS 4. RESPONSE DATE: June 12, 2023 at 3:00 PM EST 5. PRIMARY POINT OF CONTACT: Michelle Cecilia michelle.cecilia@nih.gov Phone: 301.827.7199 6. DESCRIPTION: INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Arimiation, LLC to maintain the TOX Robot and the Kalypsys HTS automated cell-based assay systems via a service agreement NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 - Business Size Standard $34 million. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization). The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2023-04 dated June 2, 2023. DESCRIPTION OF REQUIREMENT This request is to Arimation Robotics to provide service to repair the incubator which is integrated onto the Tox robot. The National Center for Advancing Translational Sciences (NCATS) has invested millions of dollars in multiple robotic screening systems. These platforms are capable of screening thousands of 1536-well plates per week. The custom incubator installed with these systems nearly two decades ago remains a critical component of all operations involving cell-based and biochemical assays as they need controlled environment for humidity CO2 and 37C for the cells to survive, grow and produce quality data for example. These high-capacity plate storage incubators are essential to the required throughput as well. NCATS is interested in purchasing service to repair a Tox21 robot incubator. This will ensure continuity of RSC service to the Tox21 group with the system again having 2 working and reliable incubators. The incubators on the Tox and Kalypsys robots are complex, and custom made. Repairs are required by a specialized technician with the requested knowledge to work on these specific machines to evaluate their repair and provide maintenance. Arimation Robotics was founded by one of the original engineers who designed and built these incubators particular to NCATS. PURPOSE AND OBJECTIVES: Arimation Robotics is to provide onsite service to repair and maintain the custom high-capacity, controlled environment incubator integrated onto the Tox21 and Kalypsys robots. This will include disassembling the incubator, cleaning the motor, repairing the gasket, lubrication, and reassembling as well as index alignment. Arimation Robotics is to provide service to assess, repair and replace hardware as needed. SPECIFIC REQUIREMENTS: The project consists of repairs of the TOX 21 and HTS Systems. Arimation Robotics has the requisite knowledge base to conduct repairs and maintenance on these customized systems. The machines require a technically certified technician to rebuild and repair the motors within each machine. The robots are "learning" machines that once repaired must relearn their subjective tasks with the technician's technical expertise. Anticipated Period of Performance: Base: 6/26/2023 - 6/25/2024 OY1: 6/26/2024 - 6/25/2025 OY2: 6/26/2025 - 6/25/2026 OY3: 6/26/2026 - 6/25/2027 CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Arimation Robotics is the only vendor in the marketplace that can provide the technical expertise required by NCATS. The intended source is: Arimation Robotics 14140 Northdale Boulevard Rogers, MN 55374. CLOSING STATEMENT THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 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 the closing date and time of this announcement and must reference the solicitation number 75N9502300376. Responses must be submitted electronically to Michelle Cecilia, Contracting Officer, at michelle.cecilia@nih.gov. U.S. Mail and fax responses will not be accepted.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents