Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2018 FBO #5889
SOLICITATION NOTICE

D -- Upgrade to Brooks Automation A3 Compounds Storage System to Windows 7 and Oracle 12

Notice Date
1/5/2018
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-NOI-2018-58
 
Archive Date
1/25/2018
 
Point of Contact
Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
schmidtjr@mail.nih.gov
(schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition, intends to negotiate and award a contract for a maintenance agreement to service one ThalesNano H-Cube PRO and one ThalesNano H-Cube Gas Module. The agreement will cover mechanical and electrical failures experienced under normal installation and operating conditions for the agreement period of performance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 511210 with a Size Standard of $38.5M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-96 (dated November 6, 2017). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. BU Title: Upgrade to Brooks Automation A3 Compounds Storage System to Windows 7 and Oracle 12 NCATS is in need of an upgrade to existing equipment Brooks A3 Store to maintain the equipment and make it compatible with our current operating systems. These upgrades will maximize the return on our investment. It is located in our robotics lab on the first floor in 9800MCD in building B. Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the following: Vendor to supply material •1x PC and Win7 OS Other Software Installed: •Compatible version of Brooks dSprint software •Oracle Client software v.11 Tasks: •Installation of compatible 3rd party software •Installation of Oracle Client software v.11 •Installation of compatible dSprint software •Ship PC to customer •Commission PC on site by Field Service Engineer •Remote assistance and software setup by Software Engineer •System Validation •Handover to customer Others: •Expenses •Travel Vendor will also supply material: •NewFluidX PC (including FluidX Card and FluidX software) •New FluidX Cable Tasks: •Configure FluidX PC •Configure FluidX software •Ship PC to customer •Commission PC on site by Field Service Engineer •Remote assistance and software setup by Software Engineer and by FluidX •System validation •Handover to customer Others: •Expenses •Travel •UPGRADE A3 STORE'S DATABASE SERVER (SN 24421) TO ORACLE 12c. •Meetings/emails etc between vendor and NCATS. •Create VM with installation of Oracle 12DB and Oracle 11g client. Export db from manlsidb01; import to VM. •Verify packages and views compile and run, provide upgrade scripts if required. Full Order Testing / regression testing. •Assistance with database upgrade. •Assistance with testing after upgrade & issue resolution. PERIOD OF PERFORMANCE 90 days after receipt of award. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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. 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." 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. All responses must be received by 12:00 PM (noon) Eastern, January 10, 2018 and must reference number HHS-NIH-NIDA-NOI-2018-58. Responses must be submitted electronically to Jeffrey Schmidt, Contracting Officer, at schmidtjr@mail.nih.gov and must reference the solicitation number HHS-NIH-NIDA-NOI-2018-58, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-NOI-2018-58/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Building B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04782316-W 20180107/180105230702-6fbb27722564170df2b5b174309a2f43 (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.