Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2021 SAM #7196
SOLICITATION NOTICE

70 -- DLX - Pilot License

Notice Date
8/12/2021 2:05:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIAID-RFQ-21-2076937
 
Response Due
8/23/2021 8:00:00 AM
 
Archive Date
09/07/2021
 
Point of Contact
Tonia Alexander, Phone: 2406695124
 
E-Mail Address
talexander@niaid.nih.gov
(talexander@niaid.nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is a combined synopsis/solicitation Request for Quotation NIAID-RFQ-21-2076937 for commercial items prepared in accordance with the format in�FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2021-06 dated July 12, 2021.� The National Institute of Allergy and Infectious Diseases (NIAID), Division of AIDS (DAIDS), is requesting to procure the Decision Lens Accelerate as the following: Quantity 1 � DLX Pilot License for a 6-month period Quantity 1 � DLX License for 6-month period as a option � Decision Lens Accelerate that is to include continuous planning capabilities and resource/budget allocation This acquisition will be processed under FAR Part 12 - Acquisition of Commercial Items, and FAR Part 13 - Simplified Acquisition Procedures.� This acquisition will be made pursuant to the authority in FAR Part 13.501(a)(1).� Only one award will be made as a result of this solicitation. �This will be awarded as a firm-fixed price type of purchase order, and it is a total small business set-aside, with a NAICS code of 511210 with the size standard of $41.5 in millions.� � Delivery to Rockville, Maryland 20852 with delivery from date of award and acceptance.� NIAID will evaluate all quotes to determine the best value to the government.� NIAID will make a lowest price technically acceptable award based on the capability of each offeror�s quote to provide all requested products, provide the proposed products by the delivery date, and lowest price.� In the event quotes are evaluated as equal in non-price factors, price will become a major consideration in selecting the successful Offeror. The following apply to this acquisition: FAR Part 52.212-1 Instructions to Offerors � Commercial Items FAR Part 52.212-3 Offeror Representations and Certification � Commercial Items FAR Part 52.212-4 Contract Terms and Conditions � Commercial Items FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Items (see attached) FAR Part 52.204-7 System for Award Management FAR Part 52.204-16 Commercial for Government Entity Code Reporting FAR Part 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment FAR Part 52.217-8 Option to Extend the Services FAR Part 52.217-9 Option to Extend the Term of the Contract FAR Part 52.232-40 Providing Accelerated Payments to Small Business and Subcontractors By reference the Department Health and Human Services Regulation (HHSAR) HHSAR 352.203-70 Anti-lobbying HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice The DAIDS Science Planning and Operations Branch (SPOB) is responsible for, among other things, facilitating integrated cross-program strategic planning and evaluation activities; facilitating and coordinating the scientific initiative planning and development process for the Division, which includes planning, developing and coordinating the DAIDS annual and strategic budget process.� DAIDS has a continuing requirement for a comprehensive and collaborative product for prioritization and resource optimization related to its scientific grants portfolio. �The previous related requirement called for a solution that utilizes Analytical Hierarchy process (AHP) and genetic algorithms for decision making. �The current purchase order for that requirement supports prioritization initiatives to ensure grant investments across the Scientific Programs are directed to the highest value areas.� With that responsibility comes additional budget management, tracking and prioritization needs, related to both awarded grant programs and to related scientific portfolios.� Now that DAIDS has some mature evaluation and prioritization projects there is a requirement to build on those individual projects with the incorporation of strategic cost considerations, which could then be integrated into a collaborative Division-level budget tracking and prioritization system.� Decision Lens Accelerate incorporates analytical budgeting and planning tools that allow for continuous resource monitoring, and for DAIDS this will be used to incorporate both projected and actual costs as a prioritization criterion, or as a Division-level resource scenario planning module.� The license will allow for unlimited user use within the scope described.� The solution must: 1. Be a FedRAMP Compliant Cloud Service Provider (CSP), 2. Allow an interface to easily import data into a model/project, 3. Allow for data export to Excel spreadsheets, 4. Allow for an option to create multiple resource scenarios, and 5. Allow for multiple permission-based users to collaborate on a model/project.� No other brand of scientific software would satisfy the governments need.� To make changes and use another software package at this stage would be detrimental to the existing data that has already been obtained using the Decision Lens software package (FedRAMP compliant cloud service provider).� All responsible sources who can provide the requested Decision Lens Accelerate may submit a response that will be considered by email (subject line to reference NIAID-RFQ-21-2076937) to Tonia Alexander at talexander@niaid.nih.gov, by 11:00 am eastern standard time (EST) Monday, August 23, 2021. �All information furnished must be in writing and must contain sufficient detail to allow NIAID to determine if it can meet the above product described herein.� By submission of an offer, the Offeror confirms the requirement that a prospective Awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any purchase order , basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.� Note: Lack of registration in SAM will make an Offeror ineligible for award.� Any quotation received by NIAID after this date and exact time specified is late and will not be considered.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/781c7fa4b76b4dd6b390d8e361385e3f/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06095666-F 20210814/210812230133 (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.