Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

70 -- Small Molecule Database Licenses and Associated Data Integration Software

Notice Date
8/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information 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-SSSA-NOI-15-714
 
Archive Date
9/8/2015
 
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
SMALL MOLECULE DATABASE LICENSES & ASSOCIATED DATA INTEGRATION SOFTWARE HHS-NIH-NIDA-SSSA-NOI-15-714 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-15-714 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Thomson Reuters Scientific, LLC located at 1500 Spring Garden Street, Fourth Floor, Philadelphia, PA 19130, USA. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items 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 2005-83, dated August 5, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 519190 with size standard of $25.5 Million. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that the Thomson Reuters Integrity database and associated software licenses are proprietary to Thomson Reuters Scientific, LLC and therefore are not available from any other contractor. The NCATS NCGC has used the Thomson Reuters Integrity database associated software since institute inception to inform longitudinal research studies. Use of any other database and software would jeopardize continuity of science because on-going research projects would then be required to use new data which may be at variance with data previously used for calculations and study development. Accordingly, only Thomson Reuters can meet the needs of 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. 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. DESCRIPTION OF REQUIREMENT Background The National Center for Advancing Translational Sciences' translational science efforts comprise the process of turning observations in the laboratory and clinic into effective interventions that improve the health of individuals and the public - from diagnostics and therapeutics to medical procedures and behavioral changes. Due to the NCATS discovery paradigm, NCATS has a large amount of data available against many targets and pathways. To manage data and meet its mission goals, NCATS requires a comprehensive database that is encompassing and easy to use as well as a software tool that allows customized data integration to NCATS specifications. Purpose and Objectives The purpose of this acquisition is to provide the National Center for Advancing Translational Sciences (NCATS) with licenses for use of the Thomson Reuters Integrity database and associated software licenses. These resources are used to inform small molecule probe development projects. To ensure continuity of science, only the Thomson Reuters Integrity database and software licenses are acceptable. Project Description The Contractor shall provide the NCATS NCGC with the following: 1. The Contractor shall provide limited licenses for Thomson Reuters Integrity for four (4) named end users. 2. The Contractor shall provide one (1) limited license each for Thomson Reuters Metacore, Thomson Reuters Drugs of Today, Thomson Reuters Drugs of the Future, and Thomson Reuters Drug News. 3. The Contractor shall provide datafeed professional service to the NCATS NCGC for Discovery Science. Delivery/Period of Performance The period of performance for all project requirements shall be September 8, 2015 through September 7, 2016. Contract Type A firm fixed price purchase order with NET30 invoicing terms is anticipated. RESPONSE INSTRUCTIONS 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; and maintenance availability. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based on the following: 1. The Contractor must meet each of the project requirements detailed in this solicitation. 2. The Contractor must be able to meet the period of performance requirement. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-15-714. Responses may be submitted electronically to Lauren.Phelps@nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 594-2490.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-15-714/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03838575-W 20150815/150814000555-f19f920988399d62daf3ad1710b6480d (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.