SOLICITATION NOTICE
70 -- Brand Name or Equal technical and scientific-software specific support for Integrated Clinical Systems, Inc.’s Integrated Review, JReview software licensed to NCI.
- Notice Date
- 6/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO62541-61
- Archive Date
- 7/13/2016
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Jolomi Omatete, Phone: 2402766561
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI), Center for Biomedical Informatics and Information Technology (CBIIT), plans to procure service for the Brand Name or Equal technical and scientific-software specific support for Integrated Clinical Systems, Inc.'s Integrated Review, JReview software licensed to NCI. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02CO62541-61 includes all applicable provisions and clauses in effect through FAR FAC 2005-86 (Feb 2016) simplified procedures for commercial items. The North American Industry Classification System code is 541519 and the business size standard is $25.5 M. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The NCI Center for Biomedical Informatics and Information Technology (CBIIT) provides and advocates for the appropriate use of data science, informatics, and information technology (IT) to support and accelerate the NCI Mission to prevent and cure cancer. CBIIT manages the IT infrastructure that supports scientific and administrative activities across NCI. Intramural services include support for desktop computers and users, core information technologies, network management and operations, centralized network storage, and network security. Contractor Requirements are: The salient characteristics are as follows: •Integrated Review and JReview technical support and software upgrades. •Technical support needs to be provided through email and phone. •Upgrades need to include all minor updates and major upgrades that are released during the term of the service plan. II. SERVICE EXCLUSIONS The contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. III. PERIOD OF PERFORMANCE July 1, 2016 - June 30, 2017 (Base Period) July 1, 2017 - June 30, 2018 (Option Period 1) July 1, 2018 - June 30, 2019 (Option Period 2) July 1, 2019 - June 30, 2020 (Option Period 3) July 1, 2020 - June 30, 2021 (Option Period 4) IV. Delivery: Contractor shall deliver the item(s) within 1 day after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the delivery. V. PERSONNEL QUALIFICATIONS Personnel shall have a minimum of three (3) years factory training and experience in the servicing of Integrated Review, JReview and all other current and future clinical data review products as covered by this contract. All primary service personnel shall have at least one backup support that will have at least the same level of expertise on the equipment covered by this contract. VI. PAYMENT Payment shall be made after delivery and acceptance of the COR. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. VII. PLACE OF PERFORMANCE Service shall be performed at the following location: National Cancer Institute 9609 Medical Center Drive Rockville, MD 20850 QUOTATIONS ARE DUE: June 24, 2016 on or before 11:00 AM EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015); 52.212-2 EVALUATION COMMERCIAL ITEMS (OCTOBER 2014): The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (MARCH 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (MAR 2016)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2016). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.223-18 Policy to Ban Text Messaging while Driving FAR Clause 52.225-1, Buy American Act--Supplies FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's System for Award Management (SAM) through sam.gov. Quotations must be received in the NCI-OA contracting office by 11:00 AM EST on 6/28/16. Please refer to solicitation number N02CO62541-61on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above no later than June 24, 2016. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO62541-61/listing.html)
- Place of Performance
- Address: 9609 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04148290-W 20160616/160614234215-c6dc30ba6339dbc7e19c17896c16f483 (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 |