Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2008 FBO #2585
SOLICITATION NOTICE

J -- Software Management

Notice Date
12/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI9024
 
Archive Date
1/21/2009
 
Point of Contact
James H Kish,, Phone: 301-402-6089, Tonia L Alexander,, Phone: 301-402-6338
 
E-Mail Address
kishj@niaid.nih.gov, talexander@niaid.nih.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation notice of intent for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NOI9024 issued as a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-28. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern. The associated North American Industry Classification System (NAICS) Code is 541511, which has a size standard of $25.0 million. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure on a sole source basis from McCully Systems the following: 1) Provide basic protein crystallographic software management for the following computer systems: 5 silicon graphics workstations (Octane and O2), 15 PC and Mac computers with Linux and Windows operating systems, and provide troubleshooting in the event of hardware failures and communicate with hardware vendors toward resolving the problems. 2) Install, upgrade and maintain the operating system software and network related function of these computers. 3) Install and maintain the following software packages: O (from University of Upsala, Alwyn Jones), ARP_Warp, Beast, Dock, CCP4, CCP4MG, COOT, PHASER, PYMOL MOLSCRIPT, CNS, SHELX, SHARP, SOLVE, HKL2000, SnB, XTALVIEW, CRYSTALCLEAR, and other crystallographic related software packages. The contractor shall have sufficient knowledge of the protein crystallographic software to be able to conduct test runs and troubleshooting. 4) Conduct tape backups on a monthly basis and incremental backups on a weekly basis. 5) Provide emergency service to computer systems and agree to respond to such calls within 36 hours. 6) Inform immediately of a real of apparent conflict of interest in performing the duties of this contract, and of any unexpected problems or delays that may affect the performance of the impending contract in a timely manner. 7) Perform 10 hours of work each week during non standard hours to avoid disruption in laboratory operations. The one year period of performance is from the date of award to January 2010. McCully System has served SIS computers since 1994 with satisfactory results. The company has acquired substantial knowledge relating to the professional software packages used in the field. The knowledge to crystallographic software is particularly important with the routine maintenance and upgrades required of the contractor to have sufficient knowledge of the software packages to be able to carry out the test runs, upgrades, and troubleshooting tasks. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (B) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered int the CCR database 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. The CCR website is http://www/ccr.dlis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), January 6, 2009. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20817-4811. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2baf14590c5bf06e9bb4798d93b0ed6f&tab=core&_cview=1)
 
Place of Performance
Address: National Istitutes of Health, NIAID, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN01722818-W 20081224/081222214950-2baf14590c5bf06e9bb4798d93b0ed6f (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.