This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR Subpart 17.2 Option, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00132 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-4. The North American Industry Classification (NAICS) Code is 811210 and the business size standard is $34m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to procure on a sole source basis with Rees Scientific USA of Trenton, NJ a fixed priced Base Plus (4) Option Periods service agreement for the following: Rees Centron Environmental Monitoring System to include/consist of the following:
1. PART# VAL-KITPRES985 - Validation Kit for New Systems and existing systems with Rees Software Ver. 3.0 Build 1020.0.24 or 1021.0.9 or higher - QTY (5) EA
2. PART# MICRO-BAT - Battery for Micro Units & MPX-RMT Remote Panels - QTY (2) EA
3. PART# BATT1709 - 12 Volt 4.5 AMP battery - QTY (4) EA
4. PART# CENTRON-BAT- Centron Battery - QTY (2) EA
5. PART# Z3-BATT-WIFI - Batteries for Z3 Wi-Fi wireless transmitters - QTY (205) EA
6. PART# SC-SYSTEMPM – Annual preventative maintenance of the system using manufacturer recommended PM documentation. Calibration of sensors. Includes 1-year parts, labor and onsite service as needed. – QTY (1) EA
Period of Performance:
Base Year: August 1, 2025 – July 31, 2026
Option Period 1 - August 1, 2026 – July 31, 2027
Option Period 2 - August 1, 2027 – July 31, 2028
Option Period 3 - August 1, 2028 – July 31, 2029
Option Period 4 - August 1, 2029 – July 31, 2030
The Division of Developmental Biology at the National Institutes of Health (NIH) seeks to acquire a one-year preventative maintenance contract for its Rees Centron Environmental Monitoring System. This system plays a critical role in supporting the Division's 17 research laboratories by continuously monitoring the temperature and environmental conditions of 45 refrigerators and freezers used for sensitive biological materials. The Rees Centron system is a fully customizable and expandable solution that integrates seamlessly with NIH network security standards, providing centralized monitoring of diverse equipment across multiple labs. Ensuring uninterrupted functionality of this system is essential to safeguarding research assets and complying with industry standards for documentation and reliability.
The contractor shall provide the following services under this agreement: •
Perform annual certification of the Rees Centron Environmental Monitoring System in accordance with industry standards and regulatory guidelines.
• Provide 24/7 on-site service and technical support for the duration of the contract.
• Supply software upgrades for the Centron SQL platform as needed.
• Ensure documentation of all services provided, including certification and support logs.
• Supply software upgrades for the Centron SQL platform as needed. • Ensure documentation of all services provided, including certification and support logs.
• Offer user training on demand to ensure proper use and response to system alerts: Training must be provided upon request, with availability for on-site or virtual sessions. Contractors must support training for multiple users on proper system operation and troubleshooting procedures. Training must be made available within 30 days of request.
Rees Scientific Corporation is the sole manufacturer of Rees Centron Presidio environmental monitoring systems and owns all proprietary rights to the system. Rees’s monitoring systems are unique in their technical capabilities and no other commercial vendor or products possess the features which are required to meet the requirements/specification for integrating equipment with the current Rees equipment currently installed at the National Institutes of Health in Rockville MD. Further, Rees products are distributed solely by Rees Scientific Corporation; no other companies or other third parties are authorized to sell or service this product. Any issues resulting from outside tampering with the Rees Monitoring would immediately void all warranties associated with the systems.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025)(Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and services needed. Quotations will be due on July 24, 2025, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00132. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00132 in the subject line of email. Note: In order to receive an award, contractor must have an active registration for all awards in the SAM database @www.sam.gov.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”