SOLICITATION NOTICE
70 -- HALO Plus 10 Seat License
- Notice Date
- 7/22/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 6001 Executive Boulevard Room 4211, MSC 9559 Bethesda MD 20892-9559
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA(AG)-CSS-19-75N95019Q00222
- Response Due
- 7/29/2019
- Point of Contact
- Eric McKay, Contract Specialist, Phone 3014802406
- E-Mail Address
-
eric.mckay@nih.gov
- Small Business Set-Aside
- N/A
- Description
- The National Institute on Drug Abuse (NIDA), Office of Acquisition, Contracts Management Branch Blue, on behalf of the National Institute of Aging intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to INDICA LABS under the authority of FAR 6.302. ALL RESPONSIBLE SOURCES MAY SUBMIT A CAPABILITY STATEMENT, PROPOSAL, OR QUOTATION BY THE CLOSE DATE OF THIS COMBINED SYNOPSIS SOLICITATION, WHICH SHALL BE CONSIDERED BY THE AGENCY. A DETERMINATION BY THE GOVERNMENT NOT TO NEGOTIATE EXCLUSIVELY WITH THIS PROPOSED CONTRACTOR BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. 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. The solicitation number is HHS-NIH-NIDA(AG)-CSS-19-75N95019Q00222 and the solicitation is issued as combined synsopsis solicitation. 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. Pursuant to to FAR Subpart 13.501 (a) (1) (iv) the rationale for the sole source justification is that INDICA LABS is the only source able to provide the HALO Plus 10 Seat License. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, dated 07-12-2019. The associated NAICS code is 541519 and the small business size standard is $27.5 million. This requirement has no set-aside restrictions. Purpose and Objectives: The purpose of this acquisition is to acquire HALO Plus 10 seat license software, which is needed for advanced image management and analysis of our Alzheimer's related brain histopathology slides, enabling ongoing LCI/LPU/BRC collaborations with intramural collaborators at NINDS and NCI on the Bethesda campus. It will maximize efficiency of image analysis within intramural NIA labs that are currently using the HALO software that is housed in LCI, and facilitate collaborations with NINDS, other intramural institutes and other groups. Product Description: HALO Plus10 Seat License with one (1) year of service and support Anticipated Period of Performance: Delivery will be 120 days after receipt of order and include one (1) year of service and support Other Important Considerations: Salient characteristics of the HALO Plus 10 software are as follows: a. Digital Slide format b. Multi-channel fluorescence c. Multi spectral qptiffs d. Multi use installation The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, 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 following factors shall be used to evaluate offers: (i) Contractor's technical capability to meet the Government's requirement; (ii) past performance; and (iii) price. A written notice of award or acceptance of an offer, mailed 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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. 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. 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 Monday, July 29, 2019 at 4:00 pm Eastern Time and reference number HHS-NIH-NIDA(AG)-CSS-19-75N95019Q00222. Responses may be submitted electronically to Eric McKay at eric.mckay@nih.gov. Fax responses will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/ HHS-NIH-NIDA(AG)-CSS-19-75N95019Q00222/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd Baltimore, MD
- Zip Code: 21224
- Country: US
- Zip Code: 21224
- Record
- SN05377288-F 20190724/190722230035 (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 |