SOLICITATION NOTICE
70 -- iLab Core Facility Management System
- Notice Date
- 9/21/2017
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHSN26818HL00004S
- Archive Date
- 10/13/2017
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
john.lear@nih.gov
(john.lear@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Introduction This is a pre-solicitation non-competitive (notice of intent) synopsis to award a purchase order without providing for full and open competition. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Agilent Technologies, 5301 Stevens Creek Blvd., Santa Clara, CA 95051-7201 to provide maintenance on the iLab Core Facility Management System to the NHLBI Division of Intramural Research (DIR) in accordance with the following information. Background Information In 2011, the DIR procured and implemented licenses to iLab Core Management Software to support and enhance the daily operations (scheduling, request tracking, inventory management, and billing) for approximately 13 diverse Core Facilities and to assist the administration in tracking and reporting on Core Facility usage. During the first year, iLab was integrated with NIH enterprise directory (NED), and a DIR implementation of iLab was customized for the workflow of each of the 13 Core Facilities. Additionally, Core Directors and users were trained on how to use the customized iLab software to schedule, request, track inventory, and bill for services. The DIR has continued to utilize and optimize this customized software. The total number of active DIR Core Facilities utilizing the customized iLab software is 14. Purpose and Objectives The DIR must renew its iLab Core Management Software licenses for a period of twelve (12) months. This is a follow-on requirement wherein the contractor shall provide subscriptions to the software including software licenses, implementation, user directory integration, version upgrades and feature enhancements, hosting, unlimited user support, and 5 hours of custom coding for each of DIR's 14 Core Facilities plus an optional 15th Core Facility. (The resultant award will cover 14 cores upon award and include an option to add one Core Facility which may be exercised at any time during the period of performance). Contractor Requirements The contractor shall provide the following: -Base Suite (Shared Resource Workflow and Billing) Subscription for: o5 small core facilities o8 regular core facilities o1 large core facility -Continued support of identity management integration -Continued access to previously built basic integration Sole Source Justification The sole source determination is because this is a follow-on to an existing contract with Agilent Technologies. Renewing the contract will enable the lab to maintain consistent and uniform data results and streamline laboratory operational procedures conducted at no cost for additional staff training. There are currently no other manufacturers and/or resellers of this product. This product cannot be replaced without another expensive investment in product analysis, training and implementation. The cost and time required for a new manufacturer to install a new system is not in the best interest of the government. Regulatory Authority This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). FAR Clauses The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. The Government will award a contract resulting from this notice to the offeror listed above. The following factors shall be used to evaluate the offer: The contractor shall demonstrate its ability to provide the above listed equipment that meet the required specifications listed. FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional Information The North American Industry Classification System (NAICS) Code is 511210 and the Small Business Size Standard is $38.5M. This acquisition is being conducted under FAR Part 13, Simplified Acquisition Procedures, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable and the resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-95 (January 19, 2017). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 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. All responses must be received by September 28, 2017 at 10:00AM EST and must reference synopsis number HHSN26818HL00004S. Responses shall be submitted electronically to john.lear@nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHSN26818HL00004S/listing.html)
- Place of Performance
- Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04689476-W 20170923/170921232353-c81b0dd4503efb97c19ef78731b8801c (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 |