SOLICITATION NOTICE
70 -- Decision Lens Classic and Decision Lens Classic Programs (Brand Name)
- Notice Date
- 8/18/2022 3:15:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-2132248
- Response Due
- 8/28/2022 1:00:00 PM
- Archive Date
- 09/12/2022
- Point of Contact
- Lu Chang, Phone: 2406273034, Laura Grey, Phone: 4063759812
- E-Mail Address
-
lu-chang.lu@nih.gov, laura.grey@nih.gov
(lu-chang.lu@nih.gov, laura.grey@nih.gov)
- Description
- Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The combined synopsis/solicitation number is RFQ- NIAID-2132248 and this is issued as a Request for Quotes (RFQ), under Brand Name or Equal restriction. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, August 10, 2022. The North American Industry Classification System (NAICS) code for this procurement is 511210 � Software Publishers (Size Standard $45,000,000). This requirement IS NOT SET-ASIDE for small business BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name manufacturer. Project Description: National Institute of Allergy & Infectious Diseases (NIAID)�s Division of AIDS (DAIDS) (Collectively �Program�) has been using software solutions and services from Decision Lens Inc. (�Decision Lens�) since 2016 for both evaluation projects and budget/resource planning pilot projects. This includes both Decision Lens Classic (DLC) and Decision Lens Accelerate (DLX) software and services. For example, Program has funded previous agreements with Decision Lens software license package (FedRAMP compliant cloud service provider) that was limited to DAIDS Scientific/Grants Programs. Under the previous contracts, Program�s Therapeutics Research Program (TRP) initiated a DLC project to build an evaluation matrix for the scientific assessment and prioritization of broadly neutralizing antibodies (bNAbs) designed for the treatment of HIV. The contract period ended but there is a renewed need to continue the work on this specific DLC evaluation project. The prioritization criteria and infrastructure for this project remain best served through the Decision Lens Classic solution and acquiring another year of license access to DLC as a resource for evaluation projects in support of Program�s mission. This DLC license expired in March of 2022. Decision Lens�s DLC is being renewed for Dr. Randal Tressler within the Therapeutics Research Program. Dr. Randal uses DLC to prioritize combination bNAb studies to advance the HIV cure agenda and achieve a drug free sustained virologic remission. In February, before the license expired, Decision Lens provided an integration that automated scoring and decrease the workload for DAIDS� Medical Officers. Furthermore, Program currently has an active contract with Decision Lens for license access to DLX in a pilot period. DLX includes continuous planning capabilities and resource/budget allocation. DAIDS does not have the associated customer service hours that accompany the license contract and that would ensure optimal use of the DLX solution. Decision Lens currently has a DLX portfolio built for Rob Palmer�s Budgeting group (�Budget Team�) to help them manage their grants for HIV/AIDS network clinical trials. This was a pilot period that ends on 8/31/2022. Thus, this current DLX access is for the full program that will continue after the pilot period ends. This includes the full program�s implementation so the Customer Success Team (�CS Team�) at Decision Lens can host meetings & portfolio reviews and train new stakeholders to ensure the Budget Team is successfully utilizing and getting value out of the programs. Each meeting or training counts as time towards the professional services hours. Without implementation and custom training, DAIDS will not be able to communicate with the Customer Success team (implementation specialists and the team who built their portfolios) if a problem arises. Instead, Program would have to work with Decision Len�s IT Support Team that will not have as much understanding, background, tailored responses, or advice like the CS Team that has been working with DAIDS for the past few years. Thus, because the pilot program contract for DLX is expiring, Program needs to acquire a full year of DLX with implementation and training. Thus, the current requirement is for one year of license access to the Decision Lens Classic, one year of access for Decision Lens Accelerate, and Implementation & Training and Analytics for DLX. Requirements: The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name Supplies (Items must match the specifications): Decision Lens Accelerate (Part#: DL-1.3-P; Qty 1;Timeframe 1 year) Decision Lens Accelerate includes continuous planning capabilities and resource/budget allocation. Implementation & Training and Analytics for DLX - 20 Days (Part#: PS-3; Qty 1) Decision Lens Classic (Part#: DLM3; Qty 1; Timeframe 1 year) Decision Lens Classic includes prioritization and planning Place of Performance: NIAID Attn: Ajene Reece 5601 Fishers Lane RM: 8B60 Rockville, MD 20852 FOB: Destination Contractors submitting a quotation must be authorized resellers of these items or services. The award will be based on the best value to the government, including the following criteria: technical capability to meet the brand name requirements and price. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� By submitting a quotation in response to this RFQ, your company is accepting that the Government�s Terms and Conditions shall prevail. Submission shall be received not later than August 28, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at , Offers shall include RFQ number in the subject line (RFQ- NIAID-2132248). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. �Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Lu Chang at . ________________________________________________________________________________________________________ The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/459702f8491f4ff5a389315c5fb46600/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN06433188-F 20220820/220818230129 (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 |