Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOLICITATION NOTICE

J -- Matlab software support

Notice Date
12/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSNCCOPC17-000017
 
Archive Date
1/11/2017
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-91). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number HHSNCCOPC17-000017 is being issued as a Request for Quotation (RFQ).The NAICS Code for this solicitation is 541519 Small Business Size Standard $27.5 mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. Each response should include the following Business Information: a. DUNS. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1 e. Capability Statement f. Quote This purchase is needed to maintain our current MATLAB products at their latest revision levels and to provide technical support for those products, when necessary. This package provides is an image analysis and visualization tool maintained by RADIS/CC on behalf of NIH. All interested companies shall provide quotation for the following: Provide access to full product documentation, knowledge-based support, updates, patches, bug fixes and maintenance releases with new features through the annual maintenance program for our existing MATLAB software packages. More detailed information may be found at http://www.mathworks.com/products/matlab/?s_cid=global_nav License numbers: 537048, 502715 and 502720 (502715 and 502720 are part of ‘group' license 868176) Background The mission of the National Institutes of Health (NIH) is to uncover new knowledge that will lead to better health for everyone. The NIH accomplishes that mission by conducting research in its own laboratories; supporting the research of non-Federal scientists in universities, medical schools, hospitals, and research institutions throughout the country and abroad; helping in the training of research investigators; and fostering communication of biomedical information. The NIH Clinical Center (CC) is a 234-bed federally funded, biomedical research hospital located on the NIH campus in Bethesda, Maryland. The Clinical Center is the delivery setting for all NIH intramural clinical research protocols. The hospital complex consists of two main facilities that are connected to each other by "bridges". The original 14-story building is 2.5 million square feet and continues to house the clinical laboratories, imaging sciences, surgical suites, and several outpatient clinics. The new 870,000 square foot facility houses inpatient units and day hospitals. The Clinical Center accounts for about half of all NIH-funded clinical research beds in the United States and accommodates about 7,000 inpatient and 70,000 outpatient visits a year. Patients are admitted to the NIH Clinical Center from all over the world for the sole purpose of participating in a clinical research protocol. Delivery Location, Schedule, and Instructions Period of Performance January 1,2017 - December 31, 2017 Security Provisions There are no security provisions for this service Government Furnished Equipment (GFE) There is no government furnished equipment requirements for this order. Inspection and Acceptance Criteria The delivery must be made to the address listed below. National Institutes of Health Clinical Center, Building 10 RM 1C543 Radiology & Imaging Sciences Point of Contact: Dr. Ronald L. Levin Award shall be made to the quotation which offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: TECHNICAL EVALUATION ELEMENTS 1. Technical Approach (25) The Government will evaluate the offeror's technical approach to satisfy each element in the Statement of Work requirements. 2. Experience (25) The offeror must demonstrate a minimum of two (2) years of experience providing maintenance support services similar to or equivalent to the system that is subject of this procurement. 3. Past Performance (25) The offeror must provide three references from previous customers where the offeror provided services with similar specifications and complexity. 4. PRICE (25) The price quoted will be evaluated for price reasonableness. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition FAR 52.212-1, "Instructions to Offerors-Commercial Items" 1. FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (April2016) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: • FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (May 2015) • FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (June2016) The following subparagraphs of FAR 52.212-5 are applicable: See Attachment 01 All interested vendors shall submit a quotation which addresses all elements of the Statement of Work, includes two copies. All quotations shall be forwarded to Contract Specialist Gail Akinbinu 6707 Democracy Boulevard, Suite 106, Bethesda, MD 20892. [Electronic copies preferred addressed to gakinbinu@cc.nih.gov. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Submission shall be received not later than December 27, 2016 3:00p.m.at 6707 Democracy Boulevard, Suite 106 Bethesda, MD 20892. Electronic mail submissions will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist-Gail Akinbinu 6707 Democracy Boulevard, Suite 106 Bethesda, MD 20892, gakinbinu@cc.nih.gov. Please submit questions no later than December 20, 2016 no later than 12:00p.m.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCCOPC17-000017/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04352483-W 20161217/161215234150-1a76c6330671a7cacc0f998eca844a31 (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.