Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2012 FBO #4036
SOLICITATION NOTICE

J -- Maintenance, Repair, & Rebuilding of Equipment / X-Ray Crystallographic CPUs

Notice Date
12/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIAID-NOI-13C-1616107
 
Archive Date
1/10/2013
 
Point of Contact
Janice Battle, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
battleja@niaid.nih.gov, talexander@niaid.nih.gov
(battleja@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued for the solicitation number NIAID-NOI-13C-161607 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-62 dated November 20, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern, however small disadvantage, minority, veteran owned, and HUB zone companies, etc., are encourage in submitting a proposal. The associated North American Industry Classification System (NAICS) Code is 541511, which has a small-business size standard of 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure renewal services on a sole source basis from McCully Systems of following: 1) Provide basic protein crystallographic software management for the following computer systems: 5 silicon graphics workstations (Octane and 02), 15 PC and Mac computer with Linux and Windows operating systems, and provide troubleshooting in the event of hardware failures and communicate with hardware vendor toward resolving the problems, 2) Install, upgrade and maintain the operating system software and network related function of these computers, 3) Install and maintain the following software packages: O (from University of Upsala, Alwyn Jones), ARP_WARP, Beast, Dock, CCP4, CCP4MG, CNS, SHELX, SHARP, SOLVE, HKL2000, SnB, XTALVIEW, CRYSTALCLEAR, Pymol, Coot and other crystallographic related software packages. The contractor shall have sufficient knowledge of the protein crystallographic software to be able to conduct test runs and troubleshooting. 4) Conduct tape backups on a monthly basis and incremental backups on a weekly basis. 5) Provide emergency service to computer systems and agree to respond to such calls within 36 hours. 6) Inform immediately of a real of apparent conflict of interest in performing the duties of this contract, and of any unexpected problems or delays that may affect the performance of the impending contract in a timely manner. 7) Perform 8 hours of work each week during non-standard hours to avoid disruption in laboratory operations. McCully Systems has served SIS computers since 1994 with satisfactory results. The company has acquired substantial knowledge relating to the professional software packages used in the field. The knowledge to crystallographic software is particularly important with the routine maintenance and upgrades required of the contractor to have sufficient knowledge of the software packages to be able to carry out the test runs, upgrades and troubleshooting tasks. The period of performance is for one year from date of award. The following factors shall be used to evaluate offers: 1) capability to meet required knowledge of system and 2) price. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are 'Destination' and Net 30. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the Offeror acknowledges the requirement that a prospective Awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time on December 26, 2012. For delivery of responses through the Postal Service to the address of NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE38B, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to battleja@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Janice Battle at (301) 402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13C-1616107/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02945533-W 20121212/121210234025-14c33c0b0dc6fba889722d80d3156f30 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.