Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2008 FBO #2341
SOLICITATION NOTICE

99 -- FlowJo Site License

Notice Date
4/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI8235
 
Point of Contact
Candace Adams,, Phone: 301-402-6219, Linda C Taylor,, Phone: 301-402-5762
 
E-Mail Address
cadams@niaid.nih.gov, ltaylor@niaid.nih.gov
 
Description
This is a combined synopsis/solicitation Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI8235 and the solicitation is being issued as a Notice of Intent. This solicitation document and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC 2005-24). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set aside. The North America Industry Classification system Code Number 511210 and the small business size standard is $23.0M. The National Institute of Allergy and Infectious Disease (NIAID) has a requirement to procure a FlowJo Site License from Tree Star Inc for a period of one year (12 months). This site license will be used as part of the on-going mission for individual analysis of flow cytometric data files. This license seats 215 people, and is specific for NIAID personnel to permit unlimited access to the FlowJo Cytometry analysis software for all DIR personnel. The award resulting from this solicitation will be a firm fixed-price contract and the FOB terms are “Destination” to Rockville, MD. Payment Terms will be Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an 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 will 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 [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. While this is not a Request for Quotes, any offeror may submit a bid that will be considered by the agency. Offers must be submitted no later than 12:00 P.M. local time on Thursday, May 1, 2008. Any offer received will be evaluated against the following: 1) Price, and 2) Ability to meet the Government Requirements as noted:(specifically, the licensing will provide the following: a) Use; storage in memory or electronic form; physical transfer from machine to machine; and execution of the software in our company's/institution’s own internal data processing operations; b) Software must operate on Mac and PC Platforms c) the Contractor must maintain the server to provide customer with a database for managing the Site License; d) provide for software updates and use of documenation associated with the software). For delivery of responses of offers through the U.S. Postal Service, the address is Attn: Candace Adams NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE38E, MSC/2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing by e-mail to cadams@niaid.nih.gov no later than April 29, 2008. It is the vendor’s responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Candace Adams by e-mail. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b578b11e7e9ae3aa63de81e6f78bbcb0&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01558444-W 20080424/080422220205-b578b11e7e9ae3aa63de81e6f78bbcb0 (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 |
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.