75N95021Q00012

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Upgrade Spotfire software from version 7.8 to version 10.3 and provide installation, training and support for Signal Screening version
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Stuart
Kern
stuart.kern@nih.gov
NAICS Code Number
541210
Software publishers
Small Business Size Standard
$41.5 million
FPDS Classification Code
7A21
Estimated Period of Performance
12/8/2020 - 3/25/2021
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
PerkinElmer Informatics, Inc.
Vendor Address
PerkinElmer Informatics, Inc.
940 Winter Street
Waltham, MA 02451
Single-Sole Source Determination
Software subject to exclusive licensing pursuant to FAR 13.106(b).
Background/Description of Requirement

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER 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 purchase order without providing for full and open competition (including brand-name) to PerkinElmer Informatics, Inc., 940 Winter Street, Waltham, MA 02451, for Upgrade Spotfire software from version 7.8 to version 10.3 and provide installation, training and support for Signal Screening version. The anticipated award date is 12/7/2020. This acquisition is non-competitive due to exclusive license agreements governing this commercial software. See FAR 13.106(b).

This is a notice of the solicitation of this requirement in accordance with FAR 5.101(a)(2). The full combined synopsis/solicitation is available from the contract specialist.

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.