SOLICITATION NOTICE
99 -- PEAKS STDIO PROTEOMIC MS SOFTWARE, 2 DESKTOP LICENSE PEAKS Q OPTIONAL QUANTIFICATION NODE INCLUDES ALL UPGRADES, BUG FIXES, PATCH RELEASES, AND WEBINAR TRAINING TO THE LATEST VERSION. BRAND NAME OR EQUAL.
- Notice Date
- 4/1/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-15-T-0162
- Response Due
- 4/8/2015
- Archive Date
- 5/31/2015
- Point of Contact
- Wanda D. King, 301 619-2376
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(wanda.d.king.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Solicitation No: W81XWH-15-T-0152 will be issued on 01 April 2015 and quotes will be due on 08 April 2015 @ 04:00 PM EST. The Government requirement is to provide the support of research for the U.S. Army Center for Environmental Health Research, 568 Doughten Drive, Fort Detrick, MD. A quantity of two each of the PEAKS Studio, Proteomic MS Software, desktop license de novo sequencing, PEAKS DB, inChorus multiengine protein ID, SIDPER homology search tool, PEAKS TM, Optional Quantification Node supported methods: Label free, ICAT, ICPL, iTraq, O18, SILAC, TMT with a one year technical support and version upgrades for both licenses. The solicitation does include 4 year options for the upgrades, bug fixes, patch releases and webinar training to the latest version of Proteomic MS Software. Please follow what the requirements will be according to the Minimal Essential Characteristics (MEC). This requirement will be lowest price technically accepted, (LPTA). Brand Name or Equal, and must have all or none according FAR Clause: 52.215-1. A technical evaluation will be completed according to the clause entered with the solicitation, IAW FAR 52.212-2. The establish Purchase Order (NAICS) code for this procurement is 541511 with a size standard of $27.5M. There will not be any hard copies of the solicitation be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation, attachments (MECS), and any resulting amendments. View Additional Solicitation on the ASFI website. All responsible sources may submit a quote, which shall be considered by the agency. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at http://www.fedbizops.gov. In accordance with FARS 13.5, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management registration (SAM) can be accomplished at the following website: www.sam.gov. This procurement is for small businesses set-a-side. Quotes will be evaluated on a Commercial Firm Fixed Price and any resulting contract will be issued as a Firm Fixed Price Award. All questions must be addressed NLT: 06 April 2015 by 1:00 PM EST to my attention. POC for this action is Wanda King at wanda.d.king.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-T-0162/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Record
- SN03685683-W 20150403/150401234948-527fdd24f9060ad0b79fe11d06b9e999 (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 |