SOLICITATION NOTICE
70 -- E-Workbook
- Notice Date
- 9/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-2016-385
- Archive Date
- 10/4/2016
- Point of Contact
- Andrea McGee, Phone: 3014358781
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- E-Workbook COMBINED SYNOPSIS SOLICITATION HHS-NIH-NIDA-SSSA-NOI-2016-385 INTRODUCTION 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 IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a contract to ID Business Solutions, 1301 Marina Village Pkwy, Ste 320, Alameda, CA 94501 without providing for full and open competition. REGULATORY & STATUTORY 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; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated August 15, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 511210 with size standard of $38.5 dollars. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is based upon the market research conducted as prescribed in FAR Part 10--Market Research. Specifically the results of market research concluded that only ID Business Solutions is the only known responsible source capable of providing the required equipment and no other equipment will satisfy the agency's requirements. DESCRIPTION OF REQUIREMENT Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. NCGC requires an E-Workbook (EWB) for accurate recording of biology experiments for records, such as intellectual property (IP), and being able to access the compound registration that is in place at NCATS through ActivityBase. Electronic records are common place when it comes the US legal system, and EWB records are no different when it pertains to IP. Hence, it is of utmost importance that an EWB system is properly assigned to allow for IP justification in court if needed. Due to the nature of our current system, notebooks vary widely per user and may or may not be proof enough for IP. An EWB would ensure conformity between users and adherence to all applicable requirements for IP admission. EWBs are already in use through the chemist at the Center but we are now in need of obtaining an EWB for the biologist that would be able to connect to the compound registration system of NCATS. Purpose and Objectives The purpose of this requirement is to acquire (1) one E-Worbook for accurate recording of biology experiments. Project Description E-Workbook oVendor shall provide 20 perpetual licenses for NCATS users to E-Workbook that can seamlessly adapt into NCATS' existing compound registration system: IDBS ActivityBase oSupports Microsoft Office and common image formats using simple drag-and-drop oEasy to use tagging and commenting features that encourage collaboration oSearch both unstructured and structured content oUser-configurable project and personal dashboards to follow people, projects, research topics and user comments oFull GxP support with version control, auditing and multistep digital signature workflows oData analysis can be done manually or in an automated and allow for tracing of raw data throughout the process oBe adaptable to all assay types and assay technologies and be able to process large data oInclude 70 pre-programmed curve fitting models but allow for the creation of internal models oCreate and share analysis templates and easily integrate external data into internal workflow oKeep data secure oSoftware shall provide in spreadsheet calculation •Maintenance oVendor should provide access to a help desk, that can be reached either through phone, email, or web •Specifically, it should include a customer support portal which contains KnowledgeBase articles, white papers/movies, logging calls or reviewing similar issues based on keyword searching, and others oProvide opportunity to download access to the latest versions of the licensed software oProvide efficient and timely handling of defects/enhancements •If critical defects were to be identified, the help desk should triage/validate and provide options for resolving the issues. If no workaround is available and business operations are significantly impacted, the vendor should deliver patches at no additional cost as long as the maintenance contract is valid oVendor shall ensure that its product(s) is compatible with updates and patches of the operating systems •Vendor will regularly test Electronic Workbook against released security patches and updates of major operating systems like Microsoft & MAC. •Ensure all functionalities within the Electronic Workbook operate as expected. •Installation and Training oVendor shall provide five (5) days of project management oVendor shall provide ten (10) days of installation/upgrade, configuration, and technical lead oVendor shall provide fifteen (15) days of workflow development oVendor shall provide 7 days of onsite training that should include an administrative course, a course for E-Workbook end users, and a EWB spreadsheet builder course Delivery/Period of Performance The contractor is required to provide access and schedule training within 4 weeks of award with Ajit Jadhav, ajadhav@mail.nih.gov Place of Performance: 9800 Medical Center Drive Rockville, MD 20850 Contract Type A firm fixed price contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE INSTRUCTIONS 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; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1)Technical Capability The Offeror shall detail in its technical proposal how its proposed equipment meets or exceeds each of the project requirements. This shall include detailed specifications of the offered equipment. Technical approach shall be evaluated to determine how the proposed equipment meets or exceeds each of the above-detailed requirements. 2)Cost Contractor responses shall be evaluated using overall adjectival ratings of "Excellent," "Very Good," "Good," "Fair," and "Poor." APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5.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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-2016-385. Responses shall be submitted electronically to andrea.mcgee@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Andrea McGee by email at andrea.mcgee@nih.gov or by phone at (301) 480-2449.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2016-385/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04272609-W 20160916/160915000220-1e29f40d58e90d6ac8fd5935c0405c4a (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 |