Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

R -- Computational Chemistry Infrastructure Setup and Support - Clauses

Notice Date
8/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related 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-CSS-15-757
 
Archive Date
9/8/2015
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Applicable Information Security Clauses INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations 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 in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-757 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541519 with a Size Standard of $27.5 Million. SET-ASIDE STATUS This acquisition is 100% set-aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The Computational Chemistry staff of the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) requires (specialized and highly skilled installation, configuration and IT support of newly procured computational equipment. For this project, the major objectives will be as follows: 1.Install the computational environment hardware by racking, cabling, installing, and configuring all purchased hardware, including any integration with NIH systems as required 2.Configure the system for FISMA server certification and security compliance operations in accordance with NIH policies 3.Provide detailed start-up support for the environment, including software and operational support for two (2) weeks following the initial installation of the systems 4.Provide limited long-term support of the computational environment for a period of one year. Project Requirements In order to begin this computational research at NIDA, the IRP Computational Chemist will require a dedicated computational infrastructure including specialized hardware and configurations that will interface with the laboratory's software stack at efficient speeds to effectively model the molecular interactions between small molecules and membrane-bound proteins. The hardware will require highly skilled expertise to construct, configure, and support in this scientific environment. The NIDA IRP requires a firm to provide specific expertise in the construction, configuration, and support of high performance computational equipment in computational chemistry environments. Specifically, •Designate adequate number of consultants for the efficient progress of the project; •Travel to Baltimore, MD to work onsite at NIDA to obuild and configure the GPU-dense infrastructure purchases made by NIDA IRP, and to integrate them with existing NIH networks, authentication systems, security policies, and certification procedures oTune the backup systems, implement the monitoring system, and carry out onsite training on maintenance; oConfigure the cluster to run the GPU versions of molecular simulation programs Desmond and NAMD. •Provide full documentation of the newly installed systems and the respective configurations and development of how-tos; •Provide ongoing low-level systems support of the computational infrastructure oProvide support at no more than 3 hours/week for the maintenance of the established infrastructure; oTrack progress, effort, and milestones in a secured extranet project management site accessible by the NIDA IRP staff. Anticipated Period of Performance The period of performance for this requirement is 12 months after receipt of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisitions, applies to this acquisition. The applicable Information Security clauses are attached. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1.Factor 1: Technical Approach The Offeror shall demonstrate an in depth knowledge and experience about the tasks as described in the project requirements. 2.Factor 2: Staffing Plan The Offeror shall propose a staffing plan based upon the tasks outlined in the project requirements. Offeror's must provide a narrative detailing the rationale for labor categories and quantity of staff proposed. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-757. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-757/listing.html)
 
Record
SN03838208-W 20150815/150814000210-26966e38409237c224c0c95f9e1c4e2a (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.