Contact Points
Floor 20-22
New York
NY 10158
USA
Intelligence – Informa - Biomedtracker services DPI scientist/ applicable staff as well as our Licensing and Patenting Managers (LPM) would be able to conduct research for partnership opportunities, by searching to see whether a new innovation/technology being developed at NCATS is already being developed elsewhere (e.g. Pharma or academia) and if so what the terms of the deal were. Biomedtracker will also allow OSA to conduct research on the innovations/technologies already out on the market.
(i) The solicitation number is 75N95020Q00207 and the solicitation is issued as a request for quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.
THIS IS A NON-COMPETITIVE E-RFQ WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute on Drug Abuse (NIDA), NIDA Office of Acquisitions – NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a contract without providing for full and open competition (including brand-name) to Pharma Intelligence - Informa for Biomedtracker licenses.
This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.106-1(b)—Soliciting from a single source.
(ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated July 2, 2020.
(iii) The associated NAICS code is 334614 and the small business size standard is 1,250. No set-aside restriction is applicable.
(iv) Project requirements:
- Access to the Biomedtracker website, with license for 3 Users.
(v) Period of performance shall be: 09/30/2020 through 097/292/2021
(vi) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(vii) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
(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.
(b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(viii) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with offers.
(ix) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addendum applies:
The following FAR provisions or clauses are incorporated by reference:
52.204-7, System for Award Management (Oct 2018)
52.204-13, System for Award Management Maintenance (Oct 2018)
52.204-16, Commercial and Entity Code Reporting (Jul 2016)
52.204-18, Commercial and Entity Code Maintenance (Jul 2016)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).
52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014).
(x) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.
(xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xii) The following clasuse is applicable to this acquisition and is attached in full text:
52.204-24, Representation Regarding Certain Telecommunications and VideoSurveillance Services or Equipment
Please complete and return FAR 52.204-24 with your quote.
(xii) Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall include a QUOTATION that includes: unit price, list price, total price, any 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.
(xiii) 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.
All responses must be received by 07/23/2020 at 3:00 pm Eastern Standard Time and reference solicitation number 75N95020Q00207. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868.
The name of the individual to contact for information regarding the solicitation:
Ty Lawson, Contract Specialist, ty.lawson@nih.gov.
Interested parties may identify in writing their interest and capability in response to this requirement. 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.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.