Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
SOLICITATION NOTICE

70 -- Renewal software supportt for Sim4 Life Framework and realted softwar support

Notice Date
7/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-SOL-17-1185786
 
Point of Contact
Karen L Conroy, Phone: 7815877452, Tzeleong Chang, Phone: 240-402-7527
 
E-Mail Address
karen.conroy@fda.hhs.gov, tzeleong.chang@fda.hhs.gov
(karen.conroy@fda.hhs.gov, tzeleong.chang@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Combined Synopsis/Solicitation Original Posted Date: July 10, 2017 Response Date: July 17, 2017, 2017 Original set aside: total small business Classification Code: 70 General Purpose Information Technology Equipment NAICS 541519 Title: Renewal of software support services for SEMCAD/SIM4 Life Framework, Sim4Life-P-EM-FdTD,Accelware Commercial Token, and IMSAGE RF Synopsis: This is a combined synopsis solicitation for Internal Control Management Software in accordance with (FAR) 12.102(g) and in the format of Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested. The solicitation number is FDA-SOL-17-1185786 and is issued as a Request for Proposals( RFP). This solicitation document incorporated all mandatory commercial items provision and clauses that are in effect through the Federal Acquisition circular 2005-95 dated 1/19/2017. The North American Industrial classification Systems is 541519 and the small size standard is 35M 500L. This is a firm fixed price contract and is being issued as a "Brand Name or Equal to". If equal items are proposed, the quote shall provide product specification for those items proposed. All products proposed ( whether brand name listed or equal to items proposed) must satisfy the functional requirements/salient characteristics set forth in this document. 1.0 Background DESCRIPTION OF REQUIREMENT: The Department of Health and Human Services (HHS), Office of Acquisitions and Grants Services (OAGS) is seeking to procure the renewal of two (2) SEMCAD/Sim4Life Framework software maintenance support, one (1) Sim4Life P=EMFDTD maintenance support, two (2) Acceleware Commercial Tokens,with Subgrid Licenses maintenance support and one (1)IMSAFE maintenance support. This procurement is for a one time, fixed price purchase to benefit the Food and Drug Administration (FDA) overall mission. The Electromagnetics and Wireless Laboratory (EMW) in the FDA's Center for Devices and Radiological Health (CDRH), Office of Science and Engineering Laboratories (OSEL), Division of Biomedical Physics (DBP) is responsible for analyzing the exposure of people - patients, medical care providers and the public - to sources of electromagnetic radiation. The primary tools in these analyses are computer simulations using high resolution models of the human body. The software used to perform these simulations is SEMCAD/Sim4Life. Sim4Life is a computational modeling software suite that is used to calculate and visualize the behavior of three-dimensional (3D) models of medical devices and people when they are exposed to electromagnetic (EM) fields. SEMCAD/Sim4Life is used extensively in numerous investigations which include: 1) Magnetic Resonance Imaging (MRI) safety 2) Electromagnetic compatibility (EMC) 3) Human exposure to electromagnetic fields from sources such as cell phones, metal detectors, and Radio Frequency Identification (RFID) 4) Radio frequency ablation safety and effectiveness 5) Hyperthermia safety and effectiveness 2.0 Scope Continued software upgrades and technical hotline support are essential for the continuation of these investigations. CDRH/OSEL/DBP owns three SEMCAD/Sim4Life licenses. 3.0 Deliverables An example of the products that meet our needs is as follows: 1. Acceleware Commercial Token with Subgrid License, token ID: 10975, 10971, FLEXID:9-46E95357 (9/29/2017 - 09/28/2018) 2 each 2. Sim4Life Framework, FLEXID:9-46E95357 (9/29/2017 - 09/28/2018) Graphic User Inteface, Modeling engine, Post Processing engine, Phython script interface and API, coupling and remote serve access ARES ACID SAT and STEP or IGES CAD translator to be included 1 each 3. Sim4Life P-EM FDTD, Huygens Box, 1 SPEAG CUDA, FLEXID:9-46E95357 (9/29/2017 - 09/28/2018) Electromagnetics Full Wave Solvers using Yee discretization on geometrically adaptive, inhomogeneous, rectilinear meshes. Incl. Huyens Source and 1 SPEAG CUDA Token 1 each 4. Sim4Life Framework, FLEXID:9-47FFEDD0 (8/1/2017 - 09/28/2018) Graphic User Inteface, Modeling engine, Post Processing engine, Phython script interface and API, coupling and remote serve access ARES ACID SAT and STEP or IGES CAD translator to be included 1 each 5. IMSAFE RF module, FLEXID:9-47FFEDD0 (8/1/2017 - 09/28/2018) Helps to evaluate RF MRI satery of elongated medical devices inside the human body. Following Tier 3 from the "4 Tier Approach" developed by the JWG features as follow: easy placement of arbitrary lead trajectories inside the volume E field 1 each 6. Acceleware Commercial Token with Subgrid License, token ID: 10973, FLEXID:9-4512847D (08/1/2017 - 09/28/2018)- 7. The vendor shall provide online and phone support for the resolution of technical questions that the end user may encounter during the period of service. 7. The vendor shall provide periodic updates and bug fixes that are released during the period of service. 8. The vendor must be an authorized re-seller of SPEAG 4.0 Software Evaluation The purchase of this software is contingent on the evaluation and acceptance by FDA's Office of Information Management and Technology (OIMT) and addition to the Master Approved Technologies (MAT) list. Prior to award, OIMT must evaluate the software and verify the software meets FDA standards for addition to the MAT list. If necessary, the vendor will provide the necessary materials, to include an evaluation copy and required technical documentation, as required to allow for OIMT's review. If the software is not accepted by OIMT and is not added to the MAT list, then the software cannot be accepted for this award. 5.0 Other Pertinent Information The contractor shall deliver all software and licenses to the designated COR within 30 days of award. Place of performance: Food & Drug Administration 1090e New Hampshire Ave Silver Spring, MD Contractor Officers Information Karen Conroy: 781-587-7452 Email : karen.conroy@fda.hhs.gov Period of Performance Please refer to the deliverables for period of performance. 6.0 Security Compliance 1. Prior to the contractor removing any media from an FDA facility, the contractor shall ensure that all media has been wiped of FDA data to the approval of the FDA CISO. 2. Pursuant to Federal and HHS Information Security Program Policies, the contractor and any subcontractor performing under this task order shall comply with the following requirements: a. Federal Information Security Management Act of 2002 (FISMA), Title III, E-Government Act of 2002, Pub. L. No. 107-347 (Dec. 17, 2002); http://csrc.nist.gov/policies/FISMA-final.pdf. b. Information Type i. Administrative, Management and Support Information: • Information Management • Lifecycle/Change Management • Record Retention • Budget and Finance • Reporting and Information ii. Mission Based Information • Consumer Health and Safety iii. Security Categories and Levels • Confidentiality: Moderate • Integrity: Moderate • Availability Level: Low • Overall: Moderate 3. Confidential Treatment of Sensitive Information a. The Contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the task order. The Government has determined that the information/data that the Contractor will be provided during the performance of the task order is of a sensitive nature. b. Disclosure of the information/data, in whole or in part, by the Contractor can only be made after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. 7.0 INFORMATION TECHNOLOGY INVESTMENT MANAGEMENT/MASTER APPROVED TECHNOLOGIES LIST The item acquired may require approval by the Food and Drug Administration (FDA) Office of Information Management (OIM) for operation in FDA's Information Technology environment (IT Investment Management Process/Master Approved Technologies List). Any item proposed not previously tested and approved for IT environment operations may require testing by OIM before award. Quoters must provide a full set of technical specifications with their offer. FDA will determine if further testing of the item is required. Consequently, the quoter shall be prepared to provide FDA with a demonstration unit within 2 days of offer submission. 8.0 Inspection and Acceptance Criteria The Contracting Officer (CO) or duly authorized representative shall perform inspection and acceptance of products. The performance criteria for these products shall be timely delivery and closure of all activities and deliverables listed within Section 2 of this SOW and within the established Period of Performance. 9.0 Contract Order Type The government anticipates awarding a firm-fixed price order. 10.0 508 Standard Requirements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) standards apply to this order. Section 508 Standards Requirement Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies to purchase electronic and information technologies (EIT) that meet specific accessibility standards. This law helps to ensure that federal employees with disabilities have access to, and use of, the information and data they need to do their jobs. Furthermore, this law ensures that members of the public with disabilities have the ability to access government information and services. There are three regulations addressing the requirements detailed in Section 508. The Section 508 technical and functional standards are codified at 36 CFR Part 1194 and may be accessed through theAccess Board's Web site at http://www.access-board.gov. The second regulation issued to implement Section 508 is the Federal Acquisition Regulation (FAR). FAR Part 39.2 requires that agency acquisitions of Electronic and Information Technology (EIT) comply with the Access Board's standards. The entire FAR is found at Chapter 1 of the Code of Federal Register (CFR) Title 48, located at http://www.acquisition.gov. The FAR rule implementing Section 508 can be found at http://www.section508.gov. The third applicable regulation is the HHS Acquisition Regulation (HHSAR). Regardless of format, all Web content or communications materials produced for publication on or delivery via HHS Web sites - including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content intended for use on an HHSfunded or HHS-managed Web site must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents below. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the SOW, shall be the responsibility of the contractor or consultant retained to produce the Web-suitable content or communications material. Unless an agency exception to this requirement exists, the Contractor must conform to applicable Section 508 standards and must apply best practices associated with Section 508 compliance during the application design, development, and testing phases. The Contractor shall utilize FDA approved tools to verify the compliance with the Section 508 standards and ensure the delivery of the fully compliant products. The following Section 508 section applies: 1194.21 Software applications and operating systems 1194.22 Web-based intranet and internet information and applications 1194.31 Functional performance criteria 1194.41 Information, documentation, and support 11.0 Order of Precedence The Contractor shall following the terms and conditions of this order. Should the Contractor include any additional terms and conditions resulting in conflicts between this document and the Contractor's document, the Order of Precedence shall be as specified in FAR Clause 52.212-4, dated May 2015. Any additional terms and conditions shall not be prohibited by applicable laws and regulations. 12.0 Provisions and Clauses The following clauses apply to this solicitation. When just the clause reference and title are listed, the clause is incorporated by reference. The full text of the FAR can be found here: http://farsite.hill.af.mil/ 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of clause) Health and Human Services Acquisition Regulation (HHSAR) Clauses can be viewed in full text at: http://www.hhs.gov/policies/hhsar/subpart352.html#Subpart352.1--InstructionsforUsingProvisionsandClauses Clause Clause Title Date 352.224-71 Confidential Information Dec 2015 Special Notice and Agreement regarding Software EULA/TOS Computer software and services are often subject to license agreements, referred to as End User License Agreements (EULA), Terms of Service (TOS), or other similar legal instruments or agreements. Many of these agreements contain indemnification clauses that are inconsistent with Federal law and unenforceable, but which could create a violation of the Anti-Deficiency Act (31 U.S.C. 1341) if agreed to by the Government. Therefore, by submitting a quotation the offeror shall agree that the inclusion of any Limitation of Liability, Indemnification, and any other clauses that conflict with Federal law or regulation in any EULA or TOS are NULL AND VOID. The offeror agrees that any EULA/TOS clauses conflicting with Federal law or regulation and are not agreed to by the Government if included with the submission of a quotation. Additionally, by submission of the quotation the offeror must agree to the inclusion of FAR 52.232-39 Unenforceability of Unauthorized Obligations in any resulting contract or order, if awarded. 52.252-2 Clauses Incorporated by Reference (Feb. 1998) 52.212-4 - Contract Terms and Conditions -- Commercial Items (May 2015) 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2016) 52.217-8 - Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.227-14 - Rights in Data - General. (May 2014) 52.227-19 - Commercial Computer Software License (Dec 2007) 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 - Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) The below Health and Human Services Acquisition Regulation (HHSAR) Clauses apply. HHSARClauses can be viewed in full text at: http://www.hhs.gov/grants/contracts/contract-policiesregulations/ 13,0Certificate of Maintainability At such time as the services of the Contractor are terminated, expire contractually or are otherwise not extended, or upon request by the Contracting Officer at any time, the Contractor shall issue, within five (5) working days, a "Certificate of Maintainability" for any or all equipment acquired and/or maintained under this contract. The certificate shall state that preventive maintenance in accordance with the specifications of the Original Equipment Manufacturer (OEM) has been performed and that the equipment is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any one-time charges (including but not limited to repair or inspection charges) if such maintenance were assumed effective the day after the Contractor's performance ceases. The Contractor is responsible for bearing all costs associated with obtaining such certification at no separate charge to the Government. Should the Contractor fail to issue the required Certificate of Maintainability in accordance with this clause, or should any equipment fail to perform in accordance with the certification, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required OEM maintenance level. If equipment is acquired under this contract, without maintenance of such equipment being concurrently acquired under the contract, the Contractor shall issue a Certificate of Maintainability for such equipment at the time of delivery for each piece of equipment. The certificate shall state that the equipment is in such condition that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any charges to the Government. All charges required obtaining the requisite performance of the equipment, up to the later of the time the equipment is accepted by the Government or the warranty expires, shall be borne by the Contractor. The time the equipment is accepted by the Government is the date that the Government determines that the equipment has passed acceptance testing, not the effective date of acceptance. The fact that the equipment may have been acquired with a warranty does not relieve the Contractor of its obligations under this clause. 14.0. FDA Three-Way Invoicing Instructions The contractor shall submit one (1) original copy of each invoice to the address specified below: FDA/OC/OA/ OFO/OFS 10903 New Hampshire Ave. W032- 2nd floor, Mail Hub 2145 Silver spring, Md 20993-0002 Attn: Venodr Payments, Tele: 301-827- 3742, email : fdavendorpaymentsteam@fda.hhs.gov Invoices submitted under this contract must comply with the requirements set forth in FAR clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment By Electronic Funds Transfer - System for Award Management) and/or other applicable FAR clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (i) name and address of the contractor; (ii) invoice date and invoice number; (iii) purchase order/award number; (iv) description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; and (c) any other supporting information necessary to clarify questionable expenditures; (v) shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) terms of any discount for prompt payment offered; (vii) name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment) (viii) name, title, and phone number of person to notify in event of defective invoice; (ix) taxpayer identification number (tin); (x) electronic funds transfer (EFT) banking information, including routing transit number of the financial institution receiving payment; (xi) name and telephone number of the FDA Contracting Officer's Representative (COR) or other program center/office point of contact, as referenced on the purchase order; (xii) any other information or documentation required by the purchase order/award; and (xiii) Contract Line Item Number (CLIN) that is being invoiced against. An electronic invoice is acceptable. Questions regarding invoice payments should be directed to the FDA Payment Office at a telephone number provided above. 15.0 Authorized Contractor The Contractor shall be the software Original Equipment Manufacturer (OEM) or an authorized reseller/servicing agent of the software OEM. The Quoter shall notify the Contract Specialist / Contracting Officer immediately if this requirement is registered by a reseller with the Original Equipment Manufacturer (OEM). 16.0 Instruction to Quoters: Instructions to Quoters: Quoters shall submit an electronic copy to Karen Conroy via email @ karen.conroy@fda.hhs.gov no later than July 17, 2017 @ 2;00pm Eastern Time.Questions are no later than July 14, 2017 2;00pm eastern standard times. Quoters shall submit a technical volume and a pricing volume. Volume One -Technical • Demonstrates the Quoter's capability to meet each requirement as described under 3.0 deliverables. • VPAT information shall be submitted • Volume one shall not exceed five pages The five pages does not include brochures or additional information that will assist in providing detailed information about what is being offered Quoters responding to this RFQ must be registered by a reseller with the Original Equipment Manufacturer (OEM).in the Systems for Award Management (SAM): http:www.sam.gov Volume Two- Pricing Total pricing for each product listed under #5 Deliverables 17.0Evaluation Method: Quotes will be evaluated on a lowest price technically acceptable basis. Technical acceptability will be determined by a quoter's ability to meet each of the requirements listed under deliverables. Among those quotes determined to be technically acceptable, the Government will award to the lowest priced quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/ FDA-SOL-17-1185786/listing.html)
 
Place of Performance
Address: Food & Drug Administration, 10903 New Hampshire AVe, Silver Spring, Maine, 20993, United States
Zip Code: 20993
 
Record
SN04573151-W 20170712/170710235642-db9c50f49d84c39fdd70e4baf9d07958 (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.