SOLICITATION NOTICE
70 -- Upgrade to E-NOTEBOOK 2014 and CBOE 12.6
- Notice Date
- 8/3/2015
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-PSOL-15-396
- Archive Date
- 9/2/2015
- Point of Contact
- Andrea McGee, Phone: 3014358718
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Upgrade to E-NOTEBOOK 2014 and CBOE 12.6 HHS-NIH-NIDA-SSSA-PSOL-15-396 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(SSSA)-PSOL-15-396 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Perkin Elmer Informatics Inc, 940 Winter Street, Waltham, MA 02451. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has access to the requirement in this acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, dated March 2, 2015. The associated NAICS code for this requirement is 541511, Custom Computer Programming Services, size standard $27.5 million. NCATS requires upgrades to our E-Notebook system from version 11 to 2014 Rx and ChemBioOffice Enterprise system (CBOE) from version 10 to 12.6.x on the production system (PROD). Our program is retiring the old reaction section and require a replacment with new reaction and sample management sections that are standard in E-Notebook 2014. These sections provide ability to register compounds and their salts to Registration from E-Notebook. In addition, these standard E-Notebook sections and the standard integration with Registration allow users to select and submit a project and a Sample name as part of the registration submission. The requirement consists of providing an upgrade to E-NOTEBOOK 2014 and CBOE 12.6. Project Requirements: Specifically, the NCATS requires the following: Vendor to configure MPS experiment to allow user to register compounds and associated salts to Registration. Vendor to configure a standard listener that will copy the experiment name to property in the experiment upon creation or section add. The User shall be able to edit the copied experiment name if necessary and proceed to register the product compound from the Reaction section through the Quick Registration mechanism. Vendor to enable validation of the project field during Quick Registration. Vendor shall configure a standard listener that will allow for the experiment name to be pushed to registration through the Quick Registration mechanism. Vendor shall configure the projects lookup list in the samples table to be ordered alphabetically. Vendor shall ensure the Customer salt list is maintained during the upgrade and the default salt list shipped with the new product version is removed. Vendor shall configure the system such that the Chemist name in last name, first name format will be pushed to registration from ELN chemistry and MPS experiments upon executing the Quick Registration workflow. Vendor shall ensure that rendering of experiment sections and experiment sign and close process are functioning correctly. Upgrade of any systems other than PROD is out of scope No additional functionality beyond that which is inherent in E-NOTEBOOK 2014 Rx and CBOE 12.6.x will be added. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 18, 2014 at 4:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-PSOL-15-396. Responses may be submitted electronically to amcgee@mail.nih.gov and to NIDASSSAPurchaseRequ@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 435-8781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-15-396/listing.html)
- Place of Performance
- Address: 9800 Medical Center Dr, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03820996-W 20150805/150803235118-4ad984050d342e7314004a3c75eb5133 (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 |