SOLICITATION NOTICE
R -- Programming Service - Attachment 1 and 2
- Notice Date
- 7/28/2014
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- 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(SS-SA)-2014-PSOL289
- Archive Date
- 8/26/2014
- Point of Contact
- Andrea McGee, Phone: 3014358718
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 and 2 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 solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL289 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Mink Hollow Systems, 120 Ashton Road, Ashton, MD 20891. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-76, dated July 24, 2015. A notice regarding any set-aside restrictions, the associated NAICS 541519 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source an AutoRad Robot Interface Software Modification for the new Gilson GX241 robot arm. Purpose and Objectives: The purpose of this acquisition is to rewrite the code for the robot object and diluter object in the AutoRad software in Labview programming language. Project Background: DESCRIPTION OF REQUIREMENT 1. The vendor must establish communication to the devices, GX241 and syringe pump through communication port on PXI. Either RS232 ore RS485 must be used to establish the communication. NIMH shall provide to the vendor the GX241 robot, any peripheral communication device, and software package, manuals, and other documents shipped with the robot arm. 2. The vendor (offeror) must contact Gilson and obtain all necessary instruction set for the firmware. The vendor must work closely with Gilson engineers to obtain all the necessary information to program the robot efficiently. 3. The offeror must report back to NIMH radiochemistry group promptly whenever the offeror is told to do so. 4. Modification of Labview code must be performed in order to achieve the objectives of the recipe commands in the Ms• Access data base. 5. After the delivery of Autorad, software must be tested at least for 14 workdays to fully verify the code is working. 6. The newly written code will be covered under the 3 years of maintenance and support contract that has been included when the third purchase of AutoRad was made. 7. The modied AutoRad software shall be used in the fourth AutoRad without any additional charge when the fourth AutoRad is purchased. The contractor must modify the Labview code such that the following commands that NIMH radiochemists have used achieves its intended goal. The commands are entered in Microsoft Access data base and the AutoRad software must pull individual entry and execute on the instrument, Gilson GX241. The past commands set for the robot is shown in the Table 1 below. This table is from the section 7.2 of AutoRad software manual version 1.0.1 When the AutoRad software read each of these commands, the Autorad application sends the command via RS 232- communication port of National Instruments PXI computer to GX241 robot that was preprogrammed with firmware that handles commands sent from the AutoRad application. Table 1 and Table 2 see attachment Place of Performance 10 Center Drive, Bldg. 10 RM. B3C355, Bethesda, MD 20892 Period of Performance: 24 Weeks ARO The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by August 11, 2014 at 4:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL289. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SS-SA)-2014-PSOL289 /listing.html)
- Place of Performance
- Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03440181-W 20140730/140728235010-49f70788506a754a98245e76b1976e14 (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 |