Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOLICITATION NOTICE

R -- Carrot Search Maintenance and Support renewal

Notice Date
5/6/2021 12:06:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
HHSNCarrotSearch05062021
 
Response Due
5/20/2021 11:00:00 AM
 
Archive Date
06/04/2021
 
Point of Contact
MOE FILALI, Phone: 3018277737
 
E-Mail Address
Moe.filali@nih.gov
(Moe.filali@nih.gov)
 
Description
DESCRIPTION: The National Institutes of Health - OER intends to procure the services of a contractor to provide Carrot Search Maintenance and Support renewal.� Scope: The National Institutes of Health, Office of the Director, Office of Extramural Research, electronic Research Administration has a requirement for the purchase of Carrot Search Lingo3G Clustering engine, FoamTree visualization, Circles visualization maintenance and support. The requirement is for commercial items in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.603, supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation document incorporates provisions and clauses that are in effect in the March 2005 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. The North American Industry Classification System (NAICS) code is 541519, Other Computer Related Services. It is the intent of The National Institutes of Health, Office of the Director/Office of Extramural Research/electronic Research Administration to purchase Carrot Search Lingo3G Clustering engine, FoamTree visualization, Circles visualization maintenance and support package from the manufacturer or through a third party distributor. Combined Synopsis/solicitation: The proposed contract action is for a continuation of previous services for which the Government does not intend to solicit and negotiate with only one source under the authority of FAR 6.302. �Instead, interested parties may identify their interest and capability to respond to the requirement or submit quotations. This notice is a request for competitive quotes and all quotes received within the time and date of publication of this "" Notice� will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered for the purpose of determining whether to conduct a future competitive procurement. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration/SAM and submit a price quotation by 2:00 pm, ET, May 20th, �2021. Offerors should submit one copy of the quote to MOE FILALI via email. Electronic transmissions to Moe.Filali@nih.gov are preferable but must be timely. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation number is HHSNCarrotSearch05062021 and is issued as a Request for Quotation (RFQ).� The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2019-05.� The North American Industry Classification (NAICS) Code is 518210.� However, this solicitation is not set aside for small business. Contract Type:� Fixed Price Special Instructions: Upon contract award, the company must submit the following information to eRAOpsProcure@mail.nih.gov : Order Number: Manufacturer/Publisher: Product Name: Product Description: Version: License Count: Type of License Agreement: On-Going Software Maintenance License Expiration Date: Vendor/Reseller: Vendor Technical Support Point of Contact Information: Vendor Administrative Support Point of Contact Information: Copy of End User License and/or Maintenance Agreement Contractor Requirements: Requirement Document and Specs to extend the Maintenance and Support of Carrot Search Software. All purchased licenses are perpetual The license fee covers free of charge upgrades and support during the period of performance. NIH is entitled to extend the maintenance for consecutive years Base and two (2) Option Years- PoP: 06/01/2021 � 05/31/2022 through May 31,2024 �Software package Unit price Qty Total Lingo3G clustering �engine �USD 11 USD FoamTree visualization �USD 9 USD Circles visualization�� USD 9 Period of Performance: �Base- 06/01/2021 � 05/31/2022 ����������������������������������� ����� OY 1- 06/01/2022 � 05/31/2023 ����������������������������������� ����� OY2 � 06/01/2023 � 05/31/2024 The service agreements period of performance should begin upon delivery of product.� Award will be made on a lowest quote basis.� Software must comply with the Section 508 (29 U.S.C. �794 d).� Please provide statement on quote that software is 508 compliant.� Please provide a copy of the software license with the quote. The Section 508 standards applicable to this contract/order are identified below: a.�������� A text equivalent for every non-text element shall be provided (e.g., via ""alt"", ""longdesc"", or in element content). b.�������� Documents shall be organized so they are readable without requiring an associated style sheet. c.�������� Row and column headers shall be identified for data tables. d.�������� Pages shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz. e.�������� A text-only page, with equivalent information or functionality, shall be provided to make a web site comply with the provisions of this part, when compliance cannot be accomplished in any other way. The content of the text-only page shall be updated whenever the primary page changes. f.��������� When pages utilize scripting languages to display content, or to create interface elements, the information provided by the script shall be identified with functional text that can be read by Assistive Technology. g.�������� When a web page requires that an applet, plug-in or other application be present on the client system to interpret page content, the page must provide a link to a plug-in or applet that complies with 1194.21(a) through (l). h.�������� When electronic forms are designed to be completed on-line, the form shall allow people using Assistive Technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. i.��������� A method shall be provided that permits users to skip repetitive navigation links. Authority:� 29 U.S.C. 794d. The contractor must provide a written Section 508 conformance certification due at the end of each order/contract exceeding $100,000 when the order/contract duration is one year or less.� If it is determined by the Government that EIT products and services provided by the Contractor do not conform to the described accessibility in the Product Assessment Template, remediation of the products and/or services to the level of conformance specified in the vendor's Product Assessment Template will be the responsibility of the Contractor at its own expense. In the event of a modification(s) to the contract/order, which adds new EIT products and services or revised the type of, or specifications for, products and services the Contractor is to provide, including EIT deliverables such as electronic documents and reports, the Contracting Officer may require that the contractor submit a completed HHS Section 508 Product Assessment Template to assist the Government in determining that the EIT products and services support Section 508 accessibility requirements. Instructions for documenting accessibility via the HHS Section 508 Product Assessment Template may be found at http://508.hhs.gov. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer.� The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition.� FAR Clause 52.204-24, Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment; FAR Clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR Clause 52.213-4 to reflect the changes in FAC 2019-05 and FAR Clause 52.244-6 to reflect the changes in FAC 2019-05.� The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size.� The clauses are available in full text at http://www.arnet.gov/far.� Interested vendors capable of providing the Government with the equipment specified in this synopsis should submit their quotation to the below address.�� The quotation must reference �Solicitation number� HHSNPitchbook07142020.� All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.� Quotations must be submitted by email to Moe.filali@nih.gov.��� Faxed copies will not be accepted PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in System for Award Management (SAM) at www.sam.gov/SAM The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Primary Point of Contact: MOE FILALI Contracting Office Address: � NIH/NICHD Office of Acquisitions 6710B Rockledge Drive, Room 1145D Bethesda, MD 20817 (w) 301.827 7737 Moe.filali@nih.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/86689aa0a8e24eb388d511ec1e903594/view)
 
Place of Performance
Address: Bethesda, MD 20817, USA
Zip Code: 20817
Country: USA
 
Record
SN05993720-F 20210508/210506230114 (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 |
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.