Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOLICITATION NOTICE

D -- Subscription to a database of protein signaling pathways - Clauses

Notice Date
1/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001MDQ24
 
Archive Date
2/24/2015
 
Point of Contact
Stephen Enokida, Phone: 301-295-1380, Carolyn Randolph, Phone: 301-301-9552
 
E-Mail Address
Stephen.Enokida@usuhs.mil, carolyn.randolph@usuhs.edu
(Stephen.Enokida@usuhs.mil, carolyn.randolph@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for a one year subscription to a database of protein signaling pathways with four one year options. This is a combined synopsis/solicitation for commercial items 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 being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-78 (December 26, 2014) and Defense Federal Acquisition Regulation Supplement (DFARS) (January 15, 2015). This requirement is set-aside for small business concerns under NAICS code 541690, Other Scientific and Technical Consulting Services with a size standard of $15 million. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications. Offerors interested in responding to this requirement must provide a quote for a one year subscription to a database of protein signalling pathways, which at a minimum, meets the specifications listed below. A single firm fixed-priced (FFP) option year order will be awarded. Desired Specifications: An extensive database of protein signalling pathways with downloadable PDF or PowerPoint files. The database also needs to include kinase, phosphatase G-protein coupled receptor, siRNA validated sequences and transcription factors. Tools for use by the researcher need to include an interactive pathway builder tool that allows one to customize pathways for use in research presentations and publications. We need a site-wide subscription license so that our USU faculties both on-site and at Military Treatment Facilities have the ability to use this tool. The government intends to award a single firm-fixed priced (FFP) purchase order with four one year options to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to award without discussions. Offerors responding to this RFQ, must submit quotes in accordance with the page limitations listed for each evaluation factor. Offerors who submit quotes in excess of the page limitations listed for each evaluation factor, may not be considered for award. Quote organization: Font Size: 11 Minimum Font Type: Calibri, Times New Roman and/or any other "similar" font type Evaluation Factors (listed in order of importance): • Technical Approach - Offerors are required to submit their technical approach to meeting the requirements outlined in the desired specifications. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: "The offeror understands the requirements and the submitted quote has met all stated objectives." Maximum Number of Pages: 3 Pages •Price: Offerors must include all applicable costs in their quote. The total quoted price for the base year and all four options will be the evaluated price. No Page Limitation For price analysis purposes, offerors must provide a price breakout of the applicable costs. The resultant award will be a firm fixed price (FFP) order. Offerors must submit the following with their quote: • Completed copy of provision 252.209-7992 See attached list for applicable provisions and clauses for this requirement. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to stephen.enokida@usuhs.edu by January 30th. Any question received after January 30th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around Feburary 2nd. Quote packages are due by 11:00 AM Eastern Local Time on February 5th. Quotes must be submitted via email to Stephen.enokida@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cea5c9c38d1b48496b474a5e8f1059d2)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03626166-W 20150129/150127234825-cea5c9c38d1b48496b474a5e8f1059d2 (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.