SOLICITATION NOTICE
J -- Maintenance, Repair and Rebuilding of Equipment
- Notice Date
- 12/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ6011
- Response Due
- 1/12/2006
- Archive Date
- 1/27/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format of the FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request For Quote (RFQ). Submit offers on RFQ6011. The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-06. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-side. The North American Industry Classification System (NAICS) code for this acquisition is 811219 and the Small Business Size Standard is 6. 0million. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to procure a maintenance service contract on a Protein X-ray Crystallographic and the SGI Workstations Software. The protein X-ray crystallography requires high-end computers with sophisticated graphics capabilities. There is approximately 12 Silicon Graphics Workstations that are under unix operating systems. These computers are used for X-ray diffraction data acquisition, processing and structure modeling. No PC and MAC computers can be used as substitutes in current stage. It is important to maintain and upgrade these computers on a routine basis. The objective is to minimize the down time of our computing facility for structure determination projects. Requirements for the contractor. The contractor shall demonstrate expertise in the following area: 1) have professional experiences in Unix-based workstation system management, such as Silicon Graphics Octane and 02 workstations; 2) capable of using Fortran and C programming languages; 3) have knowledge of the X-ray crystallographic related software packages such as 0, CNS, SHELX, X-PLOR, CCP4, SHARP, RIBBONS, and MOLSCRIPT. 4) perform routine scheduled tasks, include data backups, system upgrades and troubleshooting on weekdays after 5PM and on weekends or federal holidays in order to minimize disruption to the daily scientific usage of the computers. Access to the laboratory computers and other facilities will be provided during normal working hours only upon prior approval of the NIH staff. The successful contractor shall perform and provide the following services for period of 1 Full Year(12 months): 1) The contractor shall provide basic system management for the following computer systems: Approximately, twelve Silicon Graphics Octane and 02 workstation's, PC and Mac computers; 2) The contractor shall load, install, upgrade and maintain the operating system software and network related function of these computers; 3) The contractor shall install and maintain the following software packages: 0 (from the University of Upsala, Alwyn Jones), CHAIN (from Baylor College of Medicine), CCP4, RIBBONS, MOLSCRIPT, CNS, SHELX, SHARP, SOLVE, HKL2000, SnB, XTA;VOEW, CRYSTALCLEAR and other crystallopgraphic related software packages; 4) The contractor shall conduct tape backups on a monthly basis and incremental backups on a weekly basis; 5) The contractor shall provide emergency service to computer systems an agree to respond to such calls within 36 hours; 6) The contractor shall inform Section Chief immediately of a real apparent conflict of interest in performing the duties of this contract, 7) The contractor shall immediately notify the Section Chief of any unexpected problems or delays that may affect the performance of this contract in a timely manner, 8) The contractor shall have sufficient knowledge of these protein crystallographic software to conduct test run and troubleshooting, and 9) The contractor shall perform 10 hours of work each week.. The following Evaluation Criteria will be used to evaluate offers: a) Price; b) Techinical and professional ability to meet the government needs of the service contract; c) Delivery of request service The FOB Point shall be Destination, Rockville, Maryland, 20852. The government will award a firm fixed price purchase order to the responsible contractor. The following Federal Acquisition Regulations provision and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications-Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items; FAR 52.225-3 Buy American Act, also, applies. To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (A). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ 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. Copies of the aforementioned clauses are available upon request by telephone to Mr. Steve Gunn at (301) 402-2282. All responsible sources may submit offer that will be considered by this Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time January 12, 2006. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive Room 2NE70A, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Mr. Steve Gunn at (301) 402-2282. Collect calls will not be accepted.
- Place of Performance
- Address: National Institutes of Health, NIAID, Rockville, MD
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN00958949-W 20051230/051228211658 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |