Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2023 SAM #7829
SOLICITATION NOTICE

70 -- Aperio Data Migration for Windows 2019 Upgrade - Support FY23

Notice Date
5/3/2023 2:16:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-23-2171067
 
Response Due
5/10/2023 2:00:00 PM
 
Archive Date
05/25/2023
 
Point of Contact
Dana Monroe, Phone: 4063759814
 
E-Mail Address
dana.monroe@nih.gov
(dana.monroe@nih.gov)
 
Description
SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-23-2171067 Posted Date: 05/03/2023 Response Date: 05/10/2023 Set Aside: none NAICS Code: 513210 Classification Code: 7A21 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB Title:�Aperio Data Migration for Windows 2019 Upgrade - Support FY23 Primary Point of Contact �Dana Monroe; dana.monroe@nih.gov Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2171067 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 March 16, 2023. The North American Industry Classification System (NAICS) code for this procurement is 513210, Software Publishers, with a size standard of $47,000,000.00. �The requirement is being competed with a brand name restriction, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name (Leica Biosystems Aperio) or Equal product and services: Product Code: 23WVRUO WebViewer (RUO) This product requires Aperio eSlide Manager version 12.5 or higher; catalog # 23WVRUO; QTY 5 EACH Aperio Software Migration; catalog # 9MSCDATA; QTY 5 EACH eSM HUB - SILVER SW SUPPORT, POP: 12 months to begin upon purchase; catalog # 9CON-SLVR-ESMHUB; QTY 1 EACH CS/FL/GL/OR - DEVICE LIC SW SUPPORT, POP: 12 months to begin upon purchase; catalog # 9CON-DLIC-CS/FL, QTY 1 EACH The purpose of this acquisition is to migrate NIAID to Aperio Servers on Window 2012 R2 which is at end of life to Windows 2022 Server and MS SQL 2022 DB with eSlide Manager to version 12.5. The current version of Windows 2012 is no longer supported by Microsoft. For part of this upgrade, the vendor will certify the data migrated to the newer host and will support any fallout from the upgrade. Must be brand name or equal. Quotes should include delivery ETA and entity UEI # as listed in SAM.gov registration. Place of Performance: NIH, 5601 Fishers Lane, Rockville, MD 20852, United States.� FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26, or must be active and compliant in SAM.gov registration. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) 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 this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges 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 contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than May 10, 2023 at 5:00pm EDST Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2171067). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dana Monroe at dana.monroe@nih.gov �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a279a807386b44fcb44d27a73d481247/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06670975-F 20230505/230503230117 (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.