Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

D -- Quantitative Structure Activity Relationships Software and metabolic fate software

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ow Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-05-00106
 
Response Due
6/27/2005
 
Archive Date
7/27/2005
 
Description
NAICS Code: 511210 This is a combined synopsis/request for quote (RFQ) 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 RFQ; quotes are being requested and a written RFQ will not be issued. The RFQ number is RFQ-OH-00106. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-4. The successful contractor shall provide two software systems: Quantitative Structure Activity Relationships Software and metabolic fate software in accordance with the following specifications/statement of work: Specifications/Statement of Work: QSAR The vendor shall supply a Quantitative Structure Activity Relationships (QSAR) software program that uses a knowledge base, which contains alerts describing structure-toxicity relationships, with an emphasis on the understanding of mechanisms of toxicity and metabolism that meets the following minimum performance specifications and requirements: 1) Software shoud be capable of performing under a windows platform and should have the following toxicity modules: Carcinogenicity: Carcinogenicity, Photocarcinogenicity; Irritation: Irritation (of the eye and respiratory tract), Irritation (of the eye), Irritation (of the gastrointestinal tract), Irritation (of the skin and eye), Irritation (of the skin, eye and respiratory tract), Lachrymation; Miscellaneous endpoints: alpha-2-mu-Globulin nephropathy, Anaphylaxis, Anticholinesterase activity, Bladder urothelial hyperplasia, Cerebral oedema, Chloracne, Cumulative effect on white cell count and immunology, Cyanide-type effects, Development toxicity, Hepatotoxicity, High acute toxicity, Methaemoglobinaemia, Neurotoxicity, Oestrogenicity, Peroxisome proliferation, Phototoxicity, Pulmonary toxicity, Teratogenicity, Testicular Toxicity, Uncoupler of oxidative phosphorylation; Genotoxicity: Chromosome damage, Genotoxicity, Mutagenicity, Photo-induced chromosome damage, photogenotoxicity, Photomutagenicity; Respiratory Sensitization: Occupational asthma, Respiratory sensitization; Skin Sensitization: Photoallergenicity, Skin sensitization; Thyroid Toxicity: Thyroid Toxicity. 2) Updates made to software shall be made available to the EPA during the period of performance. 3) Technical Support shall also be provided to EPA during the period of performance. 4)Contractor shall provide program user's manual and knowledge base editor user's manual 5) Annual Membership which entitles EPA to yearly software upgrades, further software training and User Group meetings after initial year ends. 6) Use of software at primary site-Portland and use of results/reports at secondary site-Cincinnati 7) Must be 508 Compliant Specifications/Statement of Work: Metabolic Fate Software. The vendor shall supply a metabolic fate software program that predicts the metabolic fate of xenobiotics from their chemical structure and physico-chemical properties that that meets the following minimum performance specifications and requirements: 1) Software should have a knowledge base of structure-metabolism relationships, known as biotransformations and contain heuristics that take into account the absorption, distribution and excretion of xenobiotics and their metabolites. The software should also have the ability to predict the metabolites that are likely to be formed, rather than all those possible. 2) Updates made to software shall be made available to the EPA during the period of performance. 3) Technical Support shall also be provided to EPA during the period of performance. 4) Contractor shall provide program user's manual and knowledge base editor user's manual 5) Annual Membership which entitles EPA to yearly software upgrades, further software training, User Group meetings and input into future products after initial year ends. 6) Use of software at primary site-Portland and use of results/reports at secondary site-Cincinnati 7) Must be 508 Compliant. All Items shall be delivered to the U.S. EPA Andrew W. Breidenbach Research Center at 26 W. Martin Luther King Drive, Cincinnati, OH 45268 no later than 90 days after award. F.O.B. point shall be destination. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1)Technical capability of the item offered to meet Government requirement and (ii) price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under 52.215-5 paragraph (b), the following additional clauses apply to this acquisition: 52.222-26 Equal Opportunity; 52.222-35, Affirmative Action for handicapped Workers; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; and 52.225-3 Buy America Act--Supplies. Additional requirements: Offers shall provide descriptive literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. Offerors shall submit 1 copy of their proposals no later than June 24 at 4:00 p.m. EDT to Angela Schopler at: regular mail: U.S. EPA, Contracts Management Division, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or by Express Mail/Hand Carry: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Faxed quotations are acceptable and may be sent to Angela Schopler at (513)487-2107. Proposals may sent electronically via e-mail to schopler.angela@epa.gov. Questions or comments may be directed to Angela Schopler at (513-487-2036) or via e-mail at schopler.angela@epa.gov.
 
Record
SN00828912-W 20050615/050613212030 (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.