Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2016 FBO #5256
SOLICITATION NOTICE

D -- Software Licenses

Notice Date
4/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-293
 
Archive Date
5/12/2016
 
Point of Contact
Stacey M Polk,
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-293 and the solicitation is issued as a Combined Synopsis/Solicitation, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Cresset Biomolecular Discovery Ltd, New Cambridge House, Royston Hertfordshire, UK SG8 OSS. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has access to the requirement in this acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-2, dated April 6, 2016. The associated NAICS code for this requirement is 334614, Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing, size standard 1,250 employees. The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. Purpose and Objectives: The purpose of this acquisition is to renew the software license for a chemical modeling software that will aid in 3D SAR (structure activity relationship) analysis, generate novel and diverse structures using bioisosteres, and understanding SAR and design. Project Background: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. A In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases. NCATS is in need to renew their annual license for 5 users to help them with 3D SAR analysis, generate novel and diverse structures using bioisoteres, and help them in understanding SAR design by relating molecules by biological activity and comparing molecules from the same or different series. This software is needed to aid NCATS chemist with comparing their synthesized small molecules using NCATS generated biological data for their effectiveness and suggest novel SAR design based on the information obtained. The vendor shall be responsible to provide the annual renewal for 5 users for a software that fulfills the following requirements: 1.The software shall have 3D SAR capability by comparing the molecule's fields. 2.The software shall be able to relate molecules by biological activity. 3.The software shall be able to compare molecules from the same or different series and use the comparison to allow for new designs or even a structural series. 4.The software shall be able to generate novel and diverse structures by finding biologically equivalent replacements for key moieties. 5.The software shall be able to create qualitative and quantitative 3D models of activity using the shape and electrostatic character of NCATS molecules. 6.The software shall have activity models are calculated through a proprietary ligand comparison Method. 7.The software shall provide an intuitive and clear rationale for the change in activity and provide insights for future design iterations. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), 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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by April 27, 2016 at 2:00 pm, Eastern Standard Time (EST) and must reference solicitation HHS-NIH-NIDA-SSSA-CSS-2016-293. Responses may be submitted electronically to Stacey.Polk@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Stacey Polk by email at Stacey.Polk@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2016-293/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04081540-W 20160414/160413000535-0871a2d929221868bb83439821ced41e (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.