Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2007 FBO #2218
SOLICITATION NOTICE

J -- Service Contract on X-Ray Crystallographic CPUs

Notice Date
12/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI8177
 
Response Due
1/7/2008
 
Archive Date
1/22/2008
 
Point of Contact
Diane Jeffers, Purchasing Agent, Phone 301-402-2282, Fax 301-480-3695, - Sylvia Robinson, Contracting Officer, Phone 301-402-2284, Fax 301-480-3695
 
E-Mail Address
dj165c@nih.gov, srobinson@niaid.nih.gov
 
Description
This is a combined synopsis solicitation/notice of intent for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this FAR notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This requirement is being issued as a sole source under NOI 8177. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-21. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this acquisition is 541511 and the small Business Size Standard is $21.0 million. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a one year agreement on a Sole Source basis with McCully Systems. The contractor will perform service on the following piece of scientific equipment - X-Ray Crystallographic CPU?s. The Contractor must demonstrate expertise in the following area; (1). Have professional experiences in Unix-Based Workstation System Management, such as Silicon Graphics Octane and O2 Workstations. (2). Have professional experience in Linux-Based Workstation System Management. (3). Capable of using Fortran and C Programming Languages. (4) Have knowledge about most of the X-Ray Crystallographic related software packages, such as O, CNS, Shelx, X-PLOR, CCP4, SHARP, RIBBONS, Pymol, and MOLSCRIPT. (5). Perform routine scheduled tasks, include data backups, system upgrades and troubleshooting on weekdays after 5pm and on weekends or federal holidays in order to minimize disruption to the daily scientific usage of the computers. Access to the laboratory computers and other facilities will be provided during normal working hours only upon prior approval of the NIH staff. Work Provided by the Contractor. (1). The Contractor shall provide basic system and user management for the following computer systems: 12 silicon graphics workstations ( Octane and O2), 10 Linux PC and Mac Computers. The contractor shall also provide troubleshooting in the event of hardware failures and communicate with hardware vendors toward resolving the problems. (2).The contractor shall install, upgrade and maintain the operating system software and network related function of these computer.(3). The contractor shall install and maintain the following software packages: O (from University of Uppsala, Alwyn Jones), CCP4, RIBBONS, MOLSCRIPT, CNS SHELX, SHARP, SOLVE, HKL2000, SnB, XTALVIEW, CRYSTALCLEAR and other crystallographic related software packages. The contractor shall have sufficient knowledge of this protein crystallographic software to be able to conduct test run and troubleshooting. (4) The contractor shall conduct tape backups on in a monthly basis and incremental backups on a weekly basis. (5). The contractor shall provide emergency service to computer systems and agree to respond to such calls within 36 hours. (6). The contractor shall inform Dr. Sun and Dr. Garboczi immediately of a real or apparent conflict of interest in performing the duties of this contract. The contractor shall also inform Dr. Sun and Dr. Garboczi immediately of any unexpected problems or delays that may affect the performance of this contract in a timely manner. (7). The contractor shall perform 10 hours of work each week. The FOB Point shall be destination, Rockville, Maryland, 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responsible sources may submit an offer that will be considered by the agency. FAR 52.212-1 Instructions to Offerors-Commercial items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations an Certifications-Commercial items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR 52.212.5 Contract Terms and Conditions Required to implement Status of Executive Orders-Commercial Items. To be considered for an award, Offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (A). By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clause are available upon request by telephone to Mrs. Diane Jeffers at (301)-402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 pm, Eastern Standard Time on Monday, January 07, 2008. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52-D, Bethesda, Maryland 20817-4812. Electronic transmission is to be addressed to Mrs. Diane Jeffers at 301-402-8252. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01474976-W 20071223/071221223645 (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.