SOURCES SOUGHT
70 -- UNIFAC Consortium Membership
- Notice Date
- 8/21/2020 7:44:52 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- FDA1233603
- Response Due
- 8/27/2020 11:00:00 AM
- Archive Date
- 09/11/2020
- Point of Contact
- Nick Sartain, Phone: 8705437370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Description
- MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the Center for Drug Evaluation and Research (CDER) requirement for membership into The UNIFAC Consortium managed by Dortmund Data Bank Software & Separation Technology (DDBST) GmbH. ��� The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the required services.� Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is- 511210 - Software Publishers; Small Business Size Standard is $41.5 million. The U.S. Food and Drug Administration (FDA)/Center for Drug Evaluation and Research (CDER) intends to award a sole source, firm fixed price purchase order to Dortmund Data Bank Software & Separation Technology (DDBST) GmbH under the authority of FAR 13.106-1(b)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Statement of Work/Specifications The Food and Drug Administration (FDA) seeks membership into The UNIFAC Consortium managed by Dortmund Data Bank Software & Separation Technology (DDBST) GmbH, which includes delivery of the latest group interaction parameters and the suite of software packages provided to all members of The UNIFAC Consortium. Project Title UNIFAC Consortium Membership Data Acquisition Specifications: � Acquisition of UNIFAC group interaction parameter data must include All existing but not yet published parameters for the original UNIFAC, modified UNIFAC, PSRK, and VTPR models.� The data should be as current as possible upon yearly delivery. All experimental data measured during the period of performance, including vapor-liquid equilibrium, liquid-liquid equilibrium, and solid-liquid equilibrium data. � Software Specifications: Acquisition of software provided to all members of The UNIFAC Consortium must include: Aspen One customization files modified to include updated group interaction parameters for the original UNIFAC, modified UNIFAC, PSRK, and VTPR models, which are to be included in the Aspen Plus simulation engine and user interface. ChemCAD customization files and instructions modified to include updated group interaction parameters for the original UNIFAC, modified UNIFAC, PSRK, and VTPR models. Invensys PRO/II customization files and instructions modified to include updated group interaction parameters for the original UNIFAC, modified UNIFAC, PSRK, and VTPR models. Software tools including: UNIFAC Consortium for the Dortmund Data Bank (DDB), which is needed to use the group interaction parameters from the original UNIFAC, modified UNIFAC, PSRK, and VTPR models in the Dortmund Data Bank Software Package (DDBSP). UNIFSTAT, which includes data type and temperature range information used for fitting group interaction parameters of the original UNIFAC, modified UNIFAC, PSRK, and VTPR models. UNIFAC Private for Simulis, which is an application used for editing and viewing structural and interaction parameters that Simulis Thermodynamics uses when applying the UNIFAC model. The proposed software must meet the following specification: Ability to run on Windows 10 system Ability to supply up-to-date and accurate group interaction parameters from the original UNIFAC, modified UNIFAC, PSRK, and VTPR models for use in Aspen Plus, ChemCAD, Invensys PRO/II, and DDBSP. Ability to supply data type and temperature range used for fitting group interaction parameters of the original UNIFAC, modified UNIFAC, PSRK, and VTPR models. Ability to edit and view structural and interaction parameters used by Simulis Thermodynamics when applying the UNIFAC model. Anticipated Applicable Section 508 standards. Must meet WCAG 2.0 A and AA E101.2 Equivalent Facilitation (Appendix A, Application and Scoping Requirements) E203 Access to Functionality (Appendix A, Application and Scoping Requirements) E204 Functional Performance Criteria (Appendix A, Application and Scoping Requirements) E205 Electronic Content (Appendix A, Application and Scoping Requirements) 302 Functional Performance Criteria (Appendix C, Functional Performance Criteria and Technical Requirements) Electronic content must be accessible to HHS acceptance criteria. Checklist for various formats are available at http://508.hhs.gov/, or from the Section 508 Coordinator listed at https://www.hhs.gov/web/section-508/additional-resources/section-508-contacts/index.html. Materials that are final items for delivery should be accompanied by the appropriate checklist, except upon approval of the Contracting Officer or Representative. E206 Hardware (Appendix A, Application and Scoping Requirements) E207 Software (Appendix A, Application and Scoping Requirements) E208 Support Documentation and Services (Appendix A, Application and Scoping Requirements) Chapter 4 Hardware (Appendix C, Functional Performance Criteria and Technical Requirements) Chapter 5 Software (Appendix C, Functional Performance Criteria and Technical Requirements) Chapter 6 Support Documentation and Services (Appendix C, Functional Performance Criteria and Technical Requirements) ��� The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond.� At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); Sufficient descriptive literature that unequivocally demonstrates that offered services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. For �equal� products, including �equal� products of the brand name manufacturer shall meet the salient physical, functional, or performance characteristic specified in this notice; clearly identify the item by brand name, if any; and make or model number. �Equal� responses shall include a narrative describing how the offer meets each salient characteristic as well as an explanation of how each salient characteristic is fully met and meet the research needs of CDER. The Government's determination of technical acceptability in no way relinquishes the Awardee's contractual obligation to ensure the supplies meet the FDA�s stated need. Capability and understanding of accessibility testing and customization to conform with the applicable Section 508 standards identified herein. Provide information if the respondent has an Accessibility Conformance Report (ACR) for the products offered for the Revised 508 Standards. The ACR should be based on the�Voluntary Product Accessibility Template Version 2.0 �(MS Word)�provided by the Industry Technology Industry Council (ITIC). If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable for each item to this potential requirement. Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. If a large business, identify the subcontracting opportunities that would exist for small business concerns; Standard commercial warranty and payment terms; and Though this is not a request for quote, informational pricing is required. The government is not responsible for locating or securing any information, not identified in the response. The�Government�encourages�any�comments�and/or�suggestions�from�any�interested�party, regarding�the�specifications.��While�the�Government�will�not�respond�directly�to�your comments�and/or�suggestions;�we�will�consider�them�as�we�finalize�the�specifications�in preparation for the forthcoming solicitation. ����� Interested Parties shall respond with capability statements which are due by email to nick.sartain@fda.hhs.gov on or before August 27, 2020 by 13:00 hours (Central Time in Jefferson, Arkansas). Reference FDA1233603. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8c22fc1544004862860f9d0f61064b4b/view)
- Record
- SN05769762-F 20200823/200821230208 (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 |