Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2023 SAM #8058
SOLICITATION NOTICE

70 -- Annual Software License for the Molecular Operating Environment (MOE) without scientific Support.

Notice Date
12/18/2023 3:04:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NCATS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00083
 
Response Due
12/26/2023 8:00:00 AM
 
Archive Date
01/10/2024
 
Point of Contact
Claudia Ventola, Phone: 3014960870
 
E-Mail Address
claudia.ventola@nih.gov
(claudia.ventola@nih.gov)
 
Description
Title: Annual software license for the Molecular Operating Environment (MOE) without scientific Support. �(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 75N95024Q00083 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 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 Chemical Computing Group, 1010 Sherbrooke Street West, Suite 910, Montreal, Quebec, Canada H3A 2R7 for an annual license for the Molecular Operating Environment (MOE). The anticipated award date is 12/29/2023. This acquisition is non-competitive because the software is governed by a commercial software license. See FAR 13.106(b). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 dated 12/04/2023. (iv)������ The associated NAICS code is 513210 Software Publishers and the small business size standard is $41.5 million. No set-aside restriction is applicable. (v)������� Annual software license for the Molecular Operating Environment (MOE) without scientific Support, license period 1/1/2024 � 12/31/2025, catalog number MOE-ACA-ANS, quantity 21 software licenses. (vi)������ Vendor shall provide one (1) year access to a fully integrated drug discovery software; the software needs to accommodate structure-based design, fragment-based design, pharmacophore discovery, medicinal chemistry applications, biologics applications, protein and antibody modeling, molecular modeling and simulations, and cheminformatics and QSAR. Software needs to run on a variety of operating systems and computers including multi-processor clusters, high-performance scientific workstations, and laptops. Specifically, the software needs to allow project creation for organizing SBDD data, allow access to focused protein and antibody libraries, allow for quantum mechanical refinement of conformations and energy minimization, provide template forced docking and molecular superposition, provide non-natural amino acid support for protein and peptide design, and give access to a specialized protein family database and search interface. ����������� Period of Performance: ����������� Base: 1/1/2024 � 12/31/2024 Option Year 1: 1/1/2025 � 12/31/2025 Option Year 2: 1/1/2026 � 12/31/2026 (vii)����� Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be by 1/1/2024. Offers must include shipping costs, if any. (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (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. (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 following addendum applies: FAR 52.212-4 Addendum � Supplier License Agreements, 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 (Aug 2020) 52.204-18, Commercial and Entity Code Maintenance (Aug 2020) 52.217-9, Option to Extend the Term of the Contract (March 2000) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). Offerors must complete and return the FAR representation 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021), attached. (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xiii)���� This synopsis is not a request for competitive proposals. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. 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 Unique Entity Identifier (UEI), 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 11:00 a.m. Eastern time on December 26, 2023, and reference solicitation number 75N95024Q00083. Responses must be submitted by email to Claudia Ventola, Contrac Specialist, claudia.ventola@nih.gov, tel. 301-496-0870. Attachments: Purchase Description FAR 52.212-4 Addendum � Supplier License Agreements FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items NIH Invoice and Payment Instructions Section 508 Accessibility Standards � commercial software FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b06d41498f84bb2b4aeb1f1e45d9919/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06915987-F 20231220/231218230044 (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.