Federal Bid

Last Updated on 01 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

VARIANT ANALYSIS

Solicitation ID NIHLM2013752
Posted Date 03 Jul 2013 at 4 PM
Archive Date 01 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nat'l Institute Of Diabetes, Digestive, & Kidney Diseases
Agency Department Of Health And Human Services
Location United states

FedBizOpps Announcement

Commercial Item Acquisition - Competitive


Professional Administrative and Management Support


General Information

Document Type: Combined Synopsis/Solicitation

Solicitation #: NIHLM2013752

Posted Date: July 3, 2013

Response Date: July 17, 2013

Classification Code: R - Professional, Administrative and Management Support

NAICS Code: 541711 - Research and Development in Biotechnology


Contracting Office Address

Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotations (RFQ) NIHLM2013752. This solicitation document incorporates provisions and clauses that are in effect in the March 2005 Federal Acquisition Regulation (FAR) Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition IS a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541711 with a size standard of 500.

This is a bioinformatics software license that we will use to further process our 200 whole genome samples. This Variant Analysis Software will give us access to the bioinformatics product for one year from activation, which will give us a bioinformatics tool to obtain biological interpretation of the 200 human whole genome samples. This includes uploading our Whole Genome Sequence from 200 samples to our private cloud that is secure according to United States Government standards. We will have access to various analyses, including confidence, common variants, predicted deleterious, genetic analysis, statistical association, and biological context such as genetic pathways. These variants can then be linked to Biology using special Knowledge Base. Any data generated will be property of the National Institutes of Health once the project is complete. Our analysis will be contained within the study of Type2 Diabetes and Obesity only.

There will be no physical delivery system. System access will be provided electronically through web site using assigned user account(s). License activation notification will be sent via email to licensed users upon receipt of order. All purchases hereunder of products, services and access rights related to the Variant Analysis Cloud Offering shall be subject to the Variant Analysis Cloud Offering user Agreement.

The purchase order term will be for a 12-month period from date of award. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a), "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 following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar service was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:

1. Name of Contracting Organization,
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number,
3. Contract Type,
4. Total Contract Value,
5. Description of Requirement to include Statement of Work,
6. Contracting Officer's Name and Telephone Number, and
7. Program Manager's Name and Telephone Number.

* If past performance questionnaire is available, please submit. All responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, 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. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on July 17, 2013. The quotation must reference "Solicitation number" NIHLM2013752 . Sources having the ability to provide the professional services described above shall provide clear and comprehensive information supporting their experience, past performance and pricing. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted to Verne Griffin, Business Opportunity Specialist, at [email protected] or 301-594-7730. All information received will be considered as part of a competitive acquisition.

RESPONSES ARE DUE BY 11:00 AM LOCAL TIME ON July 17, 2013

Additional Point of Contact - Maxwell J. Kimpson at [email protected].

PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) [formerly CCR].  http://www.sam.gov

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Jul 2015 at 10 PM
Picatinny arsenal New jersey 03 Jan 2018 at 2 PM
Picatinny arsenal New jersey 06 Jun 2018 at 8 PM
Dahlgren Virginia 22 Jul 2015 at 1 PM
Location Unknown 06 Jul 2018 at 3 AM