Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

D -- Functional MRI Scientific Data Management System

Notice Date
7/16/2020 4:17:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH20003949RFQ
 
Response Due
8/4/2020 2:00:00 PM
 
Archive Date
08/19/2020
 
Point of Contact
Michael Horn
 
E-Mail Address
michael.horn@nih.gov
(michael.horn@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Functional MRI scientific data management system �(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 NIMH20003949RFQ and the solicitation is issued as a request for quotation (RFQ). 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.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated 7/2/20. (iv)������ The associated NAICS code �541511 and the small business size standard is $30M.� This acquisition is a 100% small business set-aside. (v)������� The Functional MRI Facility (FMRIF) in the National Institute of Mental Health (NIMH) is seeking a data and workflow management platform.� This platform will aggregate data from the MRI scanners that the FMRIF operates, provides access to these data to FMRIF users, and will also serve as a platform for both sharing and managing these data in the future. Since its inception, FMRIF has operated a series of web-based platforms that serve to both aggregate image data from the MRI scanners owned and operated by the FMRIF, and to share these data out to its users, so they could securely retrieve their data using a web browser, or other web-based tools.� The first such service used by FMRIF was a commercial PACS system from Intelerad.� However, as both the number of scans conducted on FMRIF scanners rose, along with the volume of Functional MRI data generated, FMRIF encountered significant performance issues that could not be resolved by the vendor of that system.� FMRIF then investigated multiple options to replace the Intelerad system, exploring both commercial and open source software (including, but not limited to, dcm4chee, XNAT, COINS, and� NiDB).� In all cases, there were either significant deficiencies, and / or lack of flexibility, that precluded use of any of these packages by FMRIF.� Ultimately, a custom database and web application was created in-house, by a FMRIF-employed programmer.� This platform has served us well for most of the last decade.� However, now � this platform is beginning to show its limits, both in terms of being able to integrate with new IT requirements, and new software tools and processing tools.� FMRIF is therefore seeking to modernize and update its platform for capturing, aggregating, processing, and sharing its Functional MRI data, and that is the aim of this requisition. Base Year: Base year (Months 0- 12) Installation and deployment is expected to happen 90 � 270 days after receipt of order.� Option year 1: (Months 13 - 24) System Maintenance and Continued Support Option year 2: (Months 25 - 36) System Maintenance and Continued Support Option year 3: (Months 37 - 48) System Maintenance and Continued Support Option year 4: (Months 49 - 60) System Maintenance and Continued Support (vi)������ Scope of Work: Functional MRI scientific data management system and continued support.� Refer to Attachment 1: Statement of Work for a complete description of general and specific performance requirmeents.� (vii)����� Delivery Date: Installation and deployment is expected to happen no later than 270 days after receipt of order.� Reference Attachment 1: Statement of Work for a complete description of deliverable dates.� Place of Acceptance: National Institutes of Health National Institute of Mental Health NIMH Functional MRI Facility 10 Center Dr, Bethesda, MD 20814 FOB: Destination (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition.� Refer to Attachment 4 for complete details. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� A portion of the evaluation will be conducted via a sample task/oral presentation.� Refer to Attachment 4 for complete details. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x)������� Offerors are to include a completed copy of Attachment 2: FAR Provisions 52.204-24, 52.204-26 and 52.212-3 with its offer. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition. (xiii)���� Reference Attachment 3 for additional contract requirements or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria.� The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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.� (xvi)�� ��Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 5:00 PM, August 4, 2020 and reference solicitation number NIMH20003949RFQ. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov. �Fax responses will not be accepted. Any questions must be submitted by 5:00 PM EST on July 23, 2020.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference solicitation number NIMH20003949RFQ.� Telephone inquiries will not be honored. (xvii)��� �Attachments Attachment 1 � Statement of Work Attachment 2 � FAR Provisions 52.204-24, 52.204-26 and 52.212-3 Attachment 3 � FAR Clauses 52.212-4, 52.212-5, and Additional Terms and Conditions Attachment 4 - FAR Provisions 52.212-1 and 52.212-2 Attachment 5 � Default Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd3df9a8cc654646880997450b7dd9a4/view)
 
Place of Performance
Address: MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05723234-F 20200718/200716230157 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.