MODIFICATION
70 -- Renewal of Digital Pathology Platform Enterprise Software Licenses
- Notice Date
- 9/4/2024 7:37:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 513210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95024R00118
- Response Due
- 9/11/2024 9:00:00 AM
- Archive Date
- 09/26/2024
- Point of Contact
- Nick Niefeld, Phone: 3018272094
- E-Mail Address
-
nick.niefeld@nih.gov
(nick.niefeld@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION NON-COMPETITIVE Title: Digital Pathology Platform Enterprise Software Licenses �(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; quotations are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95024R00118 and the solicitation is issued as a request for quotation (RFQ). The anticipated award date is 9/16/2024. 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; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is 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), Office of Acquisition (OA), 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 Indica Labs, Inc., 2469 Corrales Rd. Bldg A-3, Corrales, NM 87048. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06 dated 8/29/2024. (iv)������ The associated NAICS code is 513210 Software Publishers with a size standard of $47 million. No set-aside restriction is applicable. (v)������� This requirement is to provide renewal enterprise licenses for the installed base of HALO digital pathology software tools: �Contract line item description Quantity Unit HALO Unlimited Floating Term Seat License 30 each HALO AI Add-on Floating Seat Term License 30 each Annual HALO Link 501-1,000 User License 1 each HALO Algorithm Development SDK Annual 3 each HALO Annual Analysis Cluster 16 each Annual HALO AP - 50 - User License 1 each Annual HALO AP - 100 � User License 1 each HALO AP - Clinical Trials Module - Annual 2 each Annual HALO AP - LIS / LIMS Integration Support 1 each Annual HALO AP - AI Add-on 2 each Annual HALO AP - AI Compute Add-on 1 each Annual HALO AP - 1 Module Image Analysis Add-on 5 each HALO AP - Annual Sandbox 2 each The anticipated periodof performance is 6 months (vi)������ HALO digital pathology software provides a platform for specialized analysis and management of digital histology images. HALO is a product of Indica Labs. The platform is hosted by NCATS and made available to multiple users of the NCATS Secure Scientific Platforms Environment (the �Environment�), an NCATS-hosted platform for collaboration across NIH institutes and centers, other Government agencies, and external collaborators. HALO receives particularly intensive use by users from the National Cancer Institute (NCI), NCATS, and the National COVID Cohort Collaborative (N3C). (vii)����� Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within five days after receipt of order. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders � Representation and Disclosures (Dec 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) FAR 52.225-2, Buy American Certificate (Oct 2022) HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the applicable provisions and submit completed copies as separate documents with their proposal. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.225-2, Buy American Certificate (Oct 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024) NIH Invoice and Payment Provisions (Mar 2023) (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)������� Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The Unique Entity ID from SAM.gov, 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 quotations must be received by 12:00pm Eastern Daylight Time, on September 11, 2024 and reference Solicitation Number 75N95024R00118. Responses must be submitted electronically to Nick Niefekd, Contracting Officer at nick.niefeld@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/00fd0e2eb3e04aefbb321846ed601061/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN07196823-F 20240906/240904230110 (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 |