SOLICITATION NOTICE
70 -- Custom Scientific Computer System
- Notice Date
- 7/8/2020 9:57:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-NIA-CSS-20-006607
- Response Due
- 7/30/2020 9:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Debra C. Hawkins, Phone: 3018277751
- E-Mail Address
-
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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- NIA-CSS-20-006607 �and the solicitation is issued as a Request for Quotation (RFQ). 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. This acquisition is conducted as a total small business set-aside. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective June 5, 2020. (iv) The associated North American Industry Classification System (NAICS) code: 334111�Electronic Computer Manufacturing; Size Standard: (Dollars or Number of Employees): 1,250 Employees (v) Custom Scientific Computer System (vi) Background Information and Objective:� The National Institute on Aging (NIA), Intramural Research Program (IRP), requires a custom scientific computer systems designed to seamlessly integrate with the existing MP-IHC imaging platform at the National Institute of Neurological Disorders and Strokes (NINDS) Core Flow and Imaging Cytometry Facility.�� Specifications:� The high-end enterprise class computer system must have the capability for: (1) processing extremely large (>100 TB) image datasets for our multiplex collaborative immunohistology projects allowing optimal transfer, post-acquisition image processing and quantitative image analysis using the high-end scientific computer equipped with optimal CPU/GPU/RAM/SSD/RAID/CUDA/Machine Learning/Deep Learning hardware and software configuration and custom built to meet the requirement for complex computation; (2) Digital Slide format; (3) Multi-channel fluorescence; (4) Multi spectral qptiffs; (5) Multi use installation; (6) 3-year warranty on all the components; and (7) maintenance service. (vii) Government's Anticipated Delivery: Within 120 Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (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. 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 factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (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) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) Questions for clarification must be received on or before 12:00 noon on July 13, 2020.� Responses to questions submitted for clarification will be posted not later than 5:00 PM on July20, 2020. All quotations or offers are due 12:00 Noon, Eastern Time, on July 31, 2020, and must reference the solicitation number noted herein.� Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov.� Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/be94b73bb2f04abfa1084cd8d1d35158/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05715252-F 20200710/200708230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |