Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

D -- Annual Update and Support for all Mnova Software and Scripts at NCATS

Notice Date
12/6/2017
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-NOI-2018-40
 
Archive Date
12/30/2017
 
Point of Contact
Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
schmidtjr@mail.nih.gov
(schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences (NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition, intends to negotiate and award a contract for a maintenance agreement to service one ThalesNano H-Cube PRO and one ThalesNano H-Cube Gas Module. The agreement will cover mechanical and electrical failures experienced under normal installation and operating conditions for the agreement period of performance. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 511210 with a Size Standard of $38.5M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-96 (dated November 6, 2017). STATUTORY AUTHORITY 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. DESCRIPTION OF REQUIREMENT Title: Annual Update and Support for all Mnova Software and Scripts at NCATS The purpose of this acquisition is to revew the contract for the annual update and support for all Mnova software and screpts at NCATS. Of the various analytical methods available to the DPI medicinal chemists, NMR is arguably the most important for structure verification and purity validation. Easy access to well organized NMR data is an imperative to maintain productivity in the successful pursuit of the DPI, and by extension, the NCATS mission. As such, installation of an NMR database, which is compatible with the NMR processing software utilized at DPI is a necessity. Since 2006, medicinal chemists at DPI have been acquiring NMR data for all internally synthesized compounds, as well as selected compounds of interest purchased from external sources. The growth of the Center (NCGC to NCTT to NCATS) over the years has led to a proportional expansion of the medicinal chemistry group, which has correlated to a significant increase in the number of NMR spectra obtained. This collected NMR data is currently processed utilizing Mnova software platform from Mestrelabs, Inc. While the collected FIDs are stored in a centralized share drive, the Fourier transformed spectra are only saved in the local database of the individual chemists. Due to the large and ever growing number of NMR spectra generated by the DPI medicinal chemistry group, the need for a centralized NMR database is of high importance for several reasons. First, the processed NMR spectra saved on each chemist's computer is not available for use by other chemists. This can lead to redundancy in experimental efforts as the medicinal chemists are unaware of all existing analytical data, which can lead to a significant loss in time, resources, and money. Second, there is no uniformity for data storage within the individual databases, which is highly inefficient. Even if a chemist was to gain access to another chemist's NMR data, they would not know how to find a desired NMR spectrum or specified data across a set of NMR spectra assuming that data is even stored. Third, the processed NMR spectra of each chemist are not currently backed up. A computer failure for any of the medicinal chemists would lead to a loss of this data, which in some instances cannot be reacquired as we no longer have the compound. A significant investment of time would be needed to reacquire the data for compounds that are available. Saving the NMR spectra in a centralized database, which is regularly backed up, would ensure the safety of this highly important and irreplaceable data. By implementing the Mnova DB plugin for the storage, organization, and management of all processed NMR experiments, we would see a reduction in wasted time, effort, and resources by the DPI medicinal group. This would significantly increase the efficiency and productivity of the research conducted at DPI. This request is to renew the license for this essential software. Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: Specifically, the contractor will provide the following: •Mnova Suite (NMR/NMRPredict /MS) - Academic/Government Desktop - Nominated Perpetual - Single License (20-49 users) - Annual Updates & Support (Jan-01-2018 through Dec-31-2018) •Mnova qNMR - Academic Desktop - Nominated Perpetual - Single License (20-49 users) - Annual Updates & Support (Jan-01-2018 through Dec-31-2018) •Mnova RM - Academic/Government Desktop - Nominated Perpetual - Single License (20-49 users) - Annual Updates & Support (Jan-01-2018 through Dec-31-2018) •Mnova DB Client/Server - Academic/Government Desktop - Nominated Perpetual - Single License (20-49 users) - Annual Updates & Support (Jan-01-2018 through Dec-31-2018) •Mnova Screen - Academic/Government Desktop - Nominated Perpetual - Single License (5-9 users) - Annual Updates & Support (Jan-01-2018 through Dec-31-2018) •Mspin - Academic Desktop - Nominated Perpetual - Single User License - Annual Updates & Support (Jan-01-2018 through Dec-31-2018) •StereoFitter - Academic/Government Desktop - Nominated Perpetual - Single License - Annual Updates & Support (Jul 12, 2018 - Dec 31, 2018) - Prorated for 5 month •Custom Script for Mixture Design x 1 - Annual Update and Support (Jan 1, 2018 - Dec 31, 2018) •Mnova Verify - Academic/Government Desktop - Nominated Perpetual - Single License (5-9 users) - •Annual Updates & Support - (May-16-2018 through Dec-31-2018) - Prorated for 6 months •Mnova Verify Real Time Automation Solution - Annual 1 Machine Academic License - (Jul-21-2018 through Dec-31-2018) - Prorated for 4 months •License Conditions: A Perpetual License would entitle you to oUse of the purchased version of the product indefinitely by the number of users selected (users must be registered named end-users of the license) oAll minor and major updates throughout the one year period after purchase. After the one year period from the original purchase, update packages can be purchased at 20% of the current cost of the equivalent licence. These will include all minor and major updates and free technical support throughout the one year period after purchase of the Update & Support package. In subsequent years, the price of the update packages may be increased by no more than the Spanish Retail Price Index. oPlease note that this license does not support usage of the software by alternative users at different times on the same computers, for this purpose you should use a workstation license, or at different times across a network, for this usage you should use a concurrent license PERIOD OF PERFORMANCE Base Period (Contract Year 1): January 01, 2018 - December 31, 2018 Option Year 1 (Contract Year 2): January 01, 2019 - December 31, 2019 Option Year 2 (Contract Year 3): January 01, 2020 - December 31, 2020 Option Year 3 (Contract Year 4): January 01, 2021 - December 31, 2021 Option Year 4 (Contract Year 5): January 01, 2022 - December 31, 2022. CLOSING STATEMENT 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 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." 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. All responses must be received by 3:00 PM Eastern, December 15, 2017 and must reference number HHS-NIH-NIDA-NOI-2018-40. Responses must be submitted electronically to Jeffrey Schmidt, Contracting Officer, at schmidtjr@mail.nih.gov and must reference the solicitation number HHS-NIH-NIDA-NOI-2018-40, on your electronic request. FAX requests are not 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-01/HHS-NIH-NIDA-NOI-2018-40/listing.html)
 
Record
SN04758545-W 20171208/171206231058-c06c1bf5f786c226113643d4fbe9680f (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.