Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

J -- Maintenance, Repair, Building of Equipment

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI5041
 
Response Due
4/1/2005
 
Archive Date
4/16/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation, to procure commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. This procurement is being issued as a Notice of Intent (NOI5041). This solicitation and incorporated provisions and clauses are those in effect through Federal acquisition Circular FAC 01-27. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 811219 and the Small Business Size Standard is 6.0 million. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure an ongoing maintenance service contract with McCully Systems for the next 12 months. The service contract will cover 12 Silicon graphics workstations and 10 Linux PCs that are under various unix operating systems. The equipment that is supported by these computer systems is the Protein X-Ray Crystallographic. These computers are used for x-ray diffraction data axquisition, processing and structure modeling. The objective is to minimize the down time of our computing facility for structure determination projects. The contractor shall demonstrate expertise in the following areas: 1) have professional experience in Unix-based workstation system management, such as Silicon Graphics Octane and O2 workstations; 2) capable of using Fortran and C programming languages; 4) have knowledge about most of the X-Ray Crystallographic related software packages, such as O, CNS, SHELX, X-PLOR, CCP4, SHARP, RIBBONS, and MOLSCRIPT. The contractor shall be able to 1) perform routine scheduled tasks, including data backups, system upgrades and troubleshooting on weekdays after 5pm and on weekends or federal holidays in order to minimize disruption to the daily scientific usage of the computers. The contractor shall be able to 2) install and maintain the following software packages: O (from University of Upsala, Alwyn Jones), CHAIN (from Baylor College of Medicine), CCP4, RIBBONS, MOLSCRIPT, CNS, SHELX, SHARP and other crystallographic related software packages; 3) Conduct tape backups on a monthly basis and incremental backups on a weekly basis; 3) provide emergency service to computer systems and agree to respond to such calls within 36 hours. The contractor shall immediately notify the Section Chief of any unexpected problems or delays that may affect the performance of this contract in a timely manner. McCully Systems has served the National Institutes of Health X-Ray Crystallographic communities for over 10 years. The FOB Point shall be Destination. This will be a firm-fixed price contract. All responsible sources may submit offers that will be considered by this agency. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-3 Offerors Representations and Certification Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; and FAR 52.212-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR 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. The CCR website is http://www.ccr.dlis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to Carol Griffith at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), April 01, 2005. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52D, Bethesda, MD, 20817-4811. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Carol Griffith at (301) 402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, Twinbrook II, Parklawn, Rockville, MD
 
Record
SN00769818-W 20050318/050316211757 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.