Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOLICITATION NOTICE

70 -- Globus Research Data Management Software - Subscription Renewal

Notice Date
3/23/2020 1:02:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00059
 
Response Due
3/27/2020 7:00:00 AM
 
Archive Date
04/11/2020
 
Point of Contact
Stuart Kern, Phone: 3014023334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Subscription renewal � Globus research data management software �(i)������� 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. (ii)������� The solicitation number is 75N95020Q00059 and the solicitation is issued as a request for quotation (RFQ). 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 and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. 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), NIDA Office of Acquisitions � NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to The University of Chicago, 401 North Michigan Avenue, Suite 900, Chicago, IL 60611, for an annual subscription to the Globus research data management platform. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 dated January 15, 2020. (iv)������ The associated NAICS code is 511210 Software Publishers and the small business size standard is $41.5 million. No set-aside restriction is applicable. (v)������� The acquisition of a one-year subscription to the Globus research data management platform with additional components consists of: Globus Standard Subscription Globus for Google Drive Globus for Amazon S3 Branded Website Alternative Identity Provider (vi)������ Globus is a research data management platform that provides unified access via the NCATS Managed Endpoint for users to move, share, and publish data across all storage locations while ensuring security and reliability. Globus also provides a platform for application integration and gateway development. (vii)����� Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be not later than March 30, 2020. (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Quotes should include 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. (ix)������ The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. In the event that multiple quotations are received, comparative evaluations will be conducted in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. (x)������� Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with offers. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The addendum titled 52.212-4 Addendum � Supplier License Agreements is attached. The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xv)����� 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 solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. If the Government opts to use a competitive procurement, offers will be evaluated using a comparative evaluation approach in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The comparative evaluation will include: Technical Capability of the item(s)/service(s) to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation�s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation�s requirements if it provides a benefit to the Government. 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.� (xvi)���� 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 responses must be received by 10:00 a.m. Eastern time on March 27, 2020, and reference solicitation number 75N950Q00059. Responses must be submitted by email to Stuart Kern, Contract Specialist, stuart.kern@nih.gov, tel. 301-402-3334.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8dd87edc40c5459990059fce43cc0ff0/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN05597851-F 20200325/200323230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.