Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2022 SAM #7553
SOLICITATION NOTICE

70 -- Purchase of the Chempacker CRAFT Software Package for the Analytical Chemistry Core (ACC) within the Division of Preclinical Innovation (DPI) at NCATS

Notice Date
8/3/2022 12:27:38 PM
 
Notice Type
Presolicitation
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00437
 
Response Due
8/9/2022 12:00:00 PM
 
Point of Contact
Samson Shifaraw, Phone: 3014807153
 
E-Mail Address
samson.shifaraw@nih.gov
(samson.shifaraw@nih.gov)
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Purchase of the Chempacker CRAFT Software Package for the Analytical Chemistry Core (ACC) within the Division of Preclinical Innovation (DPI) at NCATS �(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 75N95022Q00437_CSS 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; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to: Chempacker, LLC. 3054 Beckley Drive San Jose, CA 95135, USA �for the Chempacker CRAFT Software Package. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the brand-name justification is because only this suggested source can furnish the requirements, to the exclusion of other sources. Chempacker, LLC is the sole-source provider of their proprietary CRAFT Software Package, and it is not available through distribution. Additionally, there is no other commercial software that performs the needed Complete Reduction to Amplitude-Frequency Table functions. The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current software is Agilent VnmrJ and Mestrelab Research Mnova Suite, and the new item/service must coordinate, connect, or interface with the existing system by being able to handle data generated with the software and/or properly import data from the CRAFT software. � (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06, with effective date May 26, 2022. (iv)������ The associated NAICS code 511210 and the small business size standard $41.5 million.�� This requirement is non-competitive with no set-aside restrictions. (v)������� This requirement is for the following items: ����������� PURCHASE DESCRIPTION: ����������� Quantity 1 of Complete Reduction to Amplitude-Frequency Table (CRAFT) software ����������� ����������� SALIENT CHARACTERISTICS: ����������� 1. CRAFT Core Package a. A complete virtual machine package (ova file) that incorporates the latest OpenVnmrJ (OpenVnmrJ 2.1) and the latest CRAFT software packages (craftbox 3). The virtual machine can be used with the VirtualBox or vmWare platform on Mac, Windows, or Linux hosts. b. Appropriate modules keys (as per Parts 2 & 3) will be built and installed during the installation stage. c. Remote installation assistance of the package on a workstation and testing of its functionality. d. Data transfer from spectrometer host to CRAFT workstation will be done manually by the user. e. Continued technical assistance is included during the warranty period. This will entail telephone and/or email correspondence to explain/answer technical queries. 2. CRAFT Modules (perpetual validity multiple CPU) �a. The modules will include transparent data conversion tools to ovj-CRAFT compatible format. The user interacts with (browse and select) the native vendor data without any preprocessing. b. Vnmr, Bruker, Magritek Modules. c. High-dynamic range CRAFT (HD-CRAFT) d. CRAFT queueing capability e. 2D + NUS data analysis 3. Applications (UI) Modules a. Purity/Conc estimation (qNMR) b. Mixture ratio analysis c. Trace Analysis (MiSTQ) d. Craft Assisted Spectrum Sorting (CASS) e. Reaction Monitor f. Cohort classification 4. CRAFT Training � CRAFT training (2 days) to be conducted remotely at a mutually agreeable time and in multiple sessions post-installation 5. Custom Developments - Specific developments (5 days) (that are not currently in the CRAFT software) of custom tools to accommodate NCATS needs. Time resource estimate will be evaluated on a case-by-case basis. 6. Extended Maintenance Warranty - Maintenance of the CRAFT and module packages with periodic updates that are relevant with the included modules for 12 months, in lieu of the warranty period. (vii)The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is THIRTY (30) days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; and b. Price (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The attached IT Security Clauses apply to this acquisition and will be incorporated in the resultant award. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� The Unique Entity ID from SAM.gov, 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. All questions must be received by 3:00 p.m., Eastern Standard Time, on August 5, 2022, and reference Solicitation Number 75N95022Q00437_CSS. Responses must be submitted electronically to Samson Shifaraw, Contract specialist, at samson.shifaraw@nih.gov. All quotations must be received by 3:00 p.m., Eastern Standard Time, on August 9, 2022, and reference Solicitation Number 75N95022Q00437_CSS. Responses must be submitted electronically to Samson Shifaraw, Contract specialist, at samson.shifaraw@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/543af0d5ecd64fd4afdf44380d1fe1cd/view)
 
Record
SN06413300-F 20220805/220803230117 (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.