Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2018 FBO #5907
SOLICITATION NOTICE

D -- Renewal of StarDrop Software and Database

Notice Date
1/23/2018
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHSN_NIH_NIDA_SS_18_062
 
Archive Date
2/10/2018
 
Point of Contact
Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE 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 the renewal of StarDrop software & database. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 51120 - Software Publishers with a dollar amount 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. DESCRIPTION OF REQUIREMENT Title: Renewal of StarDrop Software & Database The National Center for Advancing Translation Sciences (NCATS) Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases. Contractor shall provide the renewal of an existing StarDrop license with 1 floating license and 1 fixed license w/ADME QSAR, P450, A Suto-Modeller, Nova, BIOSTER, torch 3D, SeeSAR and MPO Explorer modules. The license will be used for analyzing datasets of chemical structures and related biological or toxicity data which is the fastest way to analyze our compound collection. Specifically: •Vendor shall provide a software that easily guides you through multiparameter optimization; these include but are not limited to: potency, ADME, safety •Vendor shall provide a software that allows for ease of use through the following features: card view, probabilistic scoring, glowing molecule, chemical space, R-group analysis, data visualization •Software shall allow for flexible integration between different modules, these include but are not limited to: ADME QSAR, P450 Metabolism, Derek Nexus, Auto-Modeller, torch3D, SeeSAR, MPO Explorer, Nova, BIOSTER •Vendor shall provide a 1 year license Anticipated period of performance: The required period of performance is one-year base period from 2/1/2018 through 1/31/2019. LEVEL OF EFFORT: • 1 annual fixed seat and 1 annual floating seat DELIVERY DATE 2/1/2018 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 1:00 PM Eastern, January 26, 2018 and must reference number HHSN-NIH-NIDA-SS-18-062. Responses must be submitted electronically to Jessica Adams, Contract Specialist, at jessica.adams@nih.gov and must reference the solicitation number HHSN-NIH-NIDA-SS-18-062 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/notices/f0e614281f9469c6c6b3b42af8dfc04f)
 
Place of Performance
Address: Rockville, Maryland, United States
 
Record
SN04797089-W 20180125/180123231337-f0e614281f9469c6c6b3b42af8dfc04f (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.