Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
SOLICITATION NOTICE

D -- TIBCO Spotfire Software

Notice Date
3/6/2015
 
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 on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-CSS-15-169
 
Archive Date
4/4/2015
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA-CSS-15-169 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. (iv)A notice regarding any set-aside restrictions, the associated NAICS code 541511- Custom Computer Programming Services and the small business size standard is $27.5 million. (v) This acquisition is 100% set-aside for small businesses. (vi)The National Center for Advancing Translational Services (NCATS) Division of Pre-clinical Innovation (DPI) requires TIBCO Spotfire software for the operation and applications including the sharing of internal data and use of highly advanced analytics and visualization tools to better understand data and make informed decisions based upon observations. Specifically, the NCATS requires the renewal of the annual license and maintenance & support of the TIBCO Spotfire (Catalog No. N5171511, N5171517, N5171523, and N5171526). The brand name system must meet the following requirements: 1. Software must provide chemists a highly visual and interactive environment for exploring chemical structure alongside text and numeric data. 2. Software must make it easy to perform pure ad hoc analytics or author analytic applications and dashboards consumable by others. 3. Software must provide user-based consumption of pre-defined analytic applications & dashboards authored in TIBCO Spotfire Analyst. 4. The server must provide the enterprise with a set of scalable, centralized services, giving an organization complete control over the configuration, integration, deployment, administration, security, and extension of the Spotfire analytics software platform. (vii)It is expected that delivery of all requirements will be completed approximately 12 months after contractor receipt of order. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)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. Technical when combined is more important when compared to price. The following factors shall be used to evaluate offers: (1)Technical Management Approach (50%) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. (2)Technical Capabilities for Delivering Services (50%) The Offer shall detail in its technical proposal how it shall meet the delivery, installation and training requirements, as detailed in this SON. (3)Price (b) A written notice of award or acceptance of an offer emailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The addendum includes the following FAR Clauses and provisions, and terms and conditions: (a)52.217-9, Option to Extend the Term of the Contract (Mar 2000) (b)HHSAR 352.239-70, Standard for Security Configuration (c)HHSAR 352.239-71 Standard for Encryption Language (d)HHSAR 352.239-73(a), Electronic and Information Technology Accessibility (e)Homeland Security Presidential Directive (HSPD)-12 (f)Federal Information Security Management Act of 2002 (P.L. 107-347) (FISMA) (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. The price proposal must include the unit price and the total price for the software. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by March 20, 2015, 11:00 a.m., Eastern Standard Time, and must reference number HHS-NIH-NIDA-CSS-15-169. Responses may be submitted electronically to Megan Ault, Contract Specialist at megan.ault@nih.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-CSS-15-169/listing.html)
 
Record
SN03660855-W 20150308/150306235051-372b0c47952ccb692432493e54a70477 (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.