Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2013 FBO #4409
SOLICITATION NOTICE

J -- Maintenance Agreement for lab equipment - Statement of Work

Notice Date
12/18/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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
NIAID-NOI-14D1659925
 
Archive Date
1/18/2014
 
Point of Contact
CLINTON SCOTT, Phone: 3014025770, John B Foley, Phone: 3014022284
 
E-Mail Address
scottcl@niaid.nih.gov, jf14p@nih.gov
(scottcl@niaid.nih.gov, jf14p@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement Of Work This is a 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; quotes are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NIAID-NOI-13D1659925 a Notice of Intent on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-62) dated November 20, 2012. This acquisition will be processed under Simplified Acquisition Procedures and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure on a sole source basis from McCully Systems the following: 1) Basic protein crystallographic software maintenance for the following computer systems: 5 silicon graphic workstations (Octane and 02), 15 PC and Mac computer with Linux and Window operating systems and provide troubleshooting in the event of hardware failures and communicate with hardware vendor toward resolving the problems, 2) Install, upgrade and maintain the operating software and network related function of these computers, 3) Install and maintain the following software packages: 02 ARP Warp, Beast, Dock, CCP4MG, COOT, PHASER, PYMOL MOLSCRIPT, CNS, SHELX, SHARP, SOLVE, HKL200, snB, XTALVIEW, CRYSTALCLEAR, and other crystallographic related software packages. The contractor shall have sufficient knowledge of the protein crystallographic software to be able to conduct test run and troubleshooting. 4) Conduct tape backups on a monthly basis and incremental backups on a weekly basis. 5) Provide emergency service to computer system and agree to respond to such calls with 36 hours. 6) Inform NIAID of any unexpected problems or delays that may affect the performance if the impending contract in a timely manner. 7) The contractor shall perform up to 8 hours of work each week for 44 weeks total; and up to 8 hours outside the regular hours (8:30am-5pm) if notified to provide emergency maintenance to avoid disruption in laboratory operations. The knowledge of crystallographic software is particularly important with the routine maintenance and upgrades required of the software packages to be able to carry out test, upgrades, and troubleshooting tasks. The period of performance is for one year from date of award. The following factors shall be used to evaluate offers: Award will be based on: 1) capabilities to meet the required specifications, 2) Delivery, 3) Installation, 4) Warranty, and 5) price. Warranty information to include period and coverage, shall be stated. The North American Industry Classification System (NIACS) Code for this acquisition is 541511 which have a small-business size standard of 500 employees. This is a firm fixed-price contract and the FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR52.212-2 Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR52.212-4 Contract Terms and Conditions Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer- 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 shall be registered in the SAM www.sam.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 System for Award Management (SAM) https: //www.sam.gov. will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Time on Wednesday January 4, 2014. For delivery of responses through the Postal Service, the address is 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, e-mailed to scottcl@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Clinton Scott at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-14D1659925/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20982, United States
Zip Code: 20982
 
Record
SN03254162-W 20131220/131218235032-0c98ac2832e5e7b4b52b2ca027ed8233 (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.