Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

R -- Software Upgrade

Notice Date
7/28/2014
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-2014-PSOL290
 
Archive Date
8/26/2014
 
Point of Contact
Andrea McGee, Phone: 3014358718
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-PSOL290 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to Ryklin Software, 60 Pearl Street, 3rd floor, Brooklyn, New York 10004. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-76, dated July 24, 2015. A notice regarding any set-aside restrictions, the associated NAICS 541519 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis equipment for the Migration of "Beethoven" behavioral software from Windows XP to Windows 7. Purpose and Objectives: The purpose of this acquisition is to extend the useful lifetime of software developed especially for behavioral training and neuropsychological testing of non-human primates, by migrating the software from Microsoft Windows XP (discontinued) to Microsoft Windows 7. Project Background: The Laboratory of Neuopsychology investigates higher brain functions by exploring the behavioral performance of non-human primates before and after experimental manipulation. This work requires customized compute neuropsychological training and data collection apparatus. The customization is highly the specific to the experiments carried out in this lab. The system we have most relied upon, "Beethoven," has reached a critical point in its development life cycle. It runs on the Microsoft Windows XP operating system and must be upgraded to run reliably on Windows 7. Windows XP has been discontinued not only by Microsoft, but NIH network policies require this upgrade. Upgrading a real-time data acquisition system from one operating system to another is a challenging and delicate process. Any change to a real-time data system introduces risk to the integrity of the experimental data. DESCRIPTION OF REQUIREMENT Upgrade Microsoft Windows XP to Microsoft Windows 7 for the Migration of "Beethoven" behavioral software. Place of Performance 49 Convent Drive, Bldg. 49 Rm 1B80, Bethesda, MD 20892 Period of Performance: Three Months The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 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. All responses must be received by August 11, 2014 at 4:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-PSOL290. Responses may be submitted electronically to amcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SS-SA)-2014-PSOL290 /listing.html)
 
Place of Performance
Address: 49 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03440421-W 20140730/140728235225-87549bd43a49f530757f3c71eee404b6 (fbodaily.com)
 
Source
FedBizOpps 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.