Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOLICITATION NOTICE

70 -- 1099 PRO Tax Software and Services

Notice Date
11/25/2025 11:58:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NCATS Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N95C26R00001
 
Response Due
12/1/2025 6:00:00 AM
 
Archive Date
12/16/2025
 
Point of Contact
Brian Lind
 
E-Mail Address
brian.lind@nih.gov
(brian.lind@nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: 1099 PRO Tax Software and Services. (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 75N95C26R00001 and the solicitation is issued as a Notice of Intent 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 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 Center for Advancing Translational Science intends to negotiate and award a Purchase Order without providing for full and open competition (Including brand-name) to 1099 Pro, LLC, 1055 Howell Mill Rd, Atlanta GA 30318-5557 for 1099 Software and Services This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-3(a)(2)(ii). Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is that the manufacturer requires these reagents and consumables for the installation and implementation of the unit. Any use of any other brand or equal product can void any warranties. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 dated 10/10/2025. (iv) The associated NAICS code 541519 and the small business size standard 34 million dollars. This requirement has no set aside restrictions. (v) The purchase is for PRO 1099 Tax software and service bureau for processing, mailing, e-filing, of NIH tax forms to participants as required by the IRS. Corporate Suite 20 � 1 Each Complete Package - Deposit for Print Mail & Upload to the IRS � 65,000.00 Each Complete Package - Deposit for Print Mail & Upload to the IRS (1042-s) -5,500 Each Service Bureau Bulk TIN Match Service � 1 Each (vi) Deliver to: NIH OD\OFM Rockledge 2, RM 310L Bethesda, MD 20817 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition, with addendum 1. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. NONE (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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. 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.� and provide UEI number and date of current registration expiration. All responses must be received by December 1, 2025 @ 9:00 AM (EST) and reference number 75N95C26R00001. Responses may be submitted electronically to brian.lind@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Brian Lind Contracting Officer Brian.lind@nih.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/29ac3c4583c045eba3c6851e8c48c315/view)
 
Place of Performance
Address: Bethesda, MD 20817, USA
Zip Code: 20817
Country: USA
 
Record
SN07651982-F 20251127/251125230042 (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.