SOLICITATION NOTICE
D -- Open Eye Cheminformatics Toolkit Renewal
- Notice Date
- 8/10/2020 12:26:22 PM
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NLM BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N97020Q00044
- Response Due
- 8/20/2020 8:00:00 AM
- Archive Date
- 09/04/2020
- Point of Contact
- LaDonna Stewart-Roberts, Phone: 3018277681
- E-Mail Address
-
ladonna.stewart@nih.gov
(ladonna.stewart@nih.gov)
- Description
- This notice is for the acquisition of commercial supplies and/or services for which the Government intends to negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) Subpart 13.106-1(b) - Soliciting from a Single Source. The National Library of Medicine (NLM) intends to make an award to Open Eye Scientific, for renewing the license and software support of Lexichem TK, OEChem TK, and Quacpac TK. The software is proprietary to Open Eye Scientific and Open Eye Scientific is the only known source capable of providing the related software support services. The software makes it possible for PubChem developers to add small molecule structures and bioactivity assay results to NCBI's PubMed search system. � This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items in combination with simplified acquisition procedures contained in FAR Part 13 Simplified Acquisition Procedures, Subpart 13.5, �Simplified Procedures for Certain Commercial Items� in accordance with 41 U.S.C. 1901. This notice incorporates provision and clauses in effect in the FAC 2020-08 effective July 14, 2020, including all FAR Circulars issued as of the date of this synopsis. NLM anticipates that an award will be made on or about August 20, 2020. The North American Industry Classification System Code (NAICS) for this requirement is 541519 and the business size standard is 150 employees. The base period of performance for this service is anticipated to be approximately twelve (12) months with options to extend the term for two (2), twelve (12) month periods. The Base Year period of performance is anticipated to be August 20, 2020-August 19, 2021; Option Year 1 period of performance is anticipated to be August 20, 2021-August 19, 2022; and Option Year 2 period of performance is anticipated to be August 20, 2022-August 19, 2023. Inclusion of options does not commit the Government to exercise the options. The base period of performance for this service is anticipated to be approximately twelve (12) months from. This is not a solicitation for competitive quotations. An RFQ is not available nor are quotes being requested; however, if an interested party believes that it can meet the requirements, they may submit a price quote in writing along with a statement of capabilities. Vendors submitting a quote shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. The following clauses and provisions cited herein are incorporated by reference into this announcement: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2020) and FAR 52.212-2. Vendors submitting a quote are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (June 2020). The following FAR clauses apply to any order resulting from this notice FAR 52.212-4, Contract Terms and Conditions-Commercial Items (October 2018)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989)]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July, 2020); FAR 52.217-8 Option to Extend Services and FAR 52.217-9 Option to Extend the Term of the Contract. Quotes and related materials, or any questions must be submitted in writing by email to the Contracting Officer, LaDonna Stewart at ladonna.stewart@nih.gov no later than 11:00 am Eastern Time on August 20, 2020. NO collect calls will be accepted. NO facsimile transmissions will be accepted. Any quotation, if timely received by an eligible offeror, shall be considered by the government. 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. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a7d805abc15d47dda0266701b57013a9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05750792-F 20200812/200810230144 (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 |