SOLICITATION NOTICE
66 -- Visiopharm Analysis Software Package for Whole Slide Imaging
- Notice Date
- 5/6/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-14-201
- Archive Date
- 5/30/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- 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). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Olympus America, Inc. for a Visiopharm Analysis Software Package for Whole Slide Imaging without providing for full and open competition (including brand-name). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30,2014. This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1. DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this requirement is acquisition of an Olympus America, Inc. Visiopharm Analysis Software Package for Whole Slide Imaging. This software package will be used by the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Histology CORE to upgrade three NIDA-owned Olympus America, Inc. microscopes. The upgrades will help the Histology CORE to perform projects for the entire NIDA/IRP. Project Description The Contractor must be able to provide the following: 1. One (1) QAIVP-1007; VISIOMORPHDP (1 License) [Part No. OVI-1007] 2. One (1) VISIOPHARM RESEARCH APP (Public) [Part No. OVI-APP004] 3. One (1) 7001 REMOTE ON-LINE TRAINING 8 HOURS [Part No. OVI-7001] 4. One (1) QAIVP-7032 ON-LINE INSTALLATION [Part No. OVI-7032] Period of Performance It is expected that the above described project requirements will be delivered within 180 days after receipt of award. A firm fixed price purchase order is anticipated. 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, the required analysis software shall be used to upgrade NIDA-owned microscopes which are proprietary to the original equipment manufacturer (OEM), Olympus America, Inc. As the equipment is proprietary, only OEM software upgrades will work on this equipment. Further, use of any other contractor's software would negate warranties on the owned equipment and would compromise research data standardization. Accordingly, only Olumpus America, Inc. is capable of meeting the needs of this requirement. The intended source is: Olympus America, Inc. 3500 Corporate Parkway Center Valley, PA 18034 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. 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." 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. 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. All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. US Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-14-201/listing.html)
- Place of Performance
- Address: 251 Bayview Boulevard, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03358974-W 20140508/140506235401-a6aac659960073bec4b5b355ddb6c281 (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 |