Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

70 -- NCATS Collaborative Scientific Platform as a Service Pilot Continuation

Notice Date
1/13/2020 12:20:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95020R00008
 
Response Due
1/23/2020 8:00:00 AM
 
Archive Date
02/07/2020
 
Point of Contact
Stuart Kern, Phone: 301-402-3334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Description
COMBINED SYNOPSIS / SOLICITATION NONCOMPETITIVE Title: NCATS Collaborative Scientific Platform as a Service Pilot Continuation �(i)������� 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. (ii)������� The solicitation number is 75N95020R00008 and the solicitation is issued as a request for proposals. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures, FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items, and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS/ SOLICITATION TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Institutes of Health (NIH) intends to award a contract without providing for full and open competition to Palantir Technologies, Inc., 100 Hamilton Ave., Suite 300, Palo Alto, CA 94301. This acquisition is conducted as non-competitive for a commercial service and is conducted under the authority of the FAR Part 13 - Simplified Acquisition Procedures, and FAR subpart 13.501. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted that produced no other sources capable of providing this Government requirement. However, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02, dated December 23, 2019. (iv)������ The associated NAICS code 511210 and the small business size standard is $41.5 million. DESCRIPTION (v)������� The National Center for Advancing Translational Sciences (NCATS), NIH� requires a collaborative translational research scientific platform as a service (PaaS) to integrate, manage, secure, and analyze data across the translational research spectrum. ����������� See attached Statement of Work and Technical Specifications for a full description of project requirements. (vi)������ The Government plans to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract that uses firm-fixed price task orders. The contract will include a one-year ordering period with a minimum of $960,000 and a maximum total contract value of $7,000,000.� The first task order will be issued concurrently with the IDIQ award, and Task Order Request for Proposals (TORP) #1 is attached. (vii) ���� The anticipated award date is January 24, 2020. INSTRUCTIONS, EVALUATION AND AWARD (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition, and is incorporated by reference. Offerors must submit a technical proposal addressing the requirements listed in the attached Statement of Work and the attached TORP #1, and a business proposal that includes, at a minimum, price and past performance information. (ix)������ Evaluation. The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. In the event that multiple quotations are received comparative evaluations will be conducted in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. (x)������� Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with their business proposal. PROVISIONS AND CLAUSES�� (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. Additional contract terms and conditions are as follows: ����������� Addendum to FAR 52.212-4, Supplier License Agreements. The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition and is attached. (xiii)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. VENDOR AND SUBMISSION REQUIREMENTS (xiv)���� Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. (xv)����� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of performing the required service. Responses must also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. (xvi)���� All responses must be received by 11:00 a.m. Eastern time January 23, 2020, and reference number 75N95020R00008. Responses must be submitted electronically to Stuart Kern, Contract Specialist, stuart.kern@nih.gov, tel. 301-402-3334.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08263f2d4c7645cfa39152faecbee413/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05533459-F 20200115/200113230302 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.