75N95021Q00023

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
ScreenWorks Peak Pro 2 Software Module license
Contracting Office
National Institute on Drug Abuse (NIDA)

Contact Points

Primary Contract Specialist

Kevin
Alvarez
kevin.alvarez@nih.gov
NAICS Code Number
511210
Software Publishers
Small Business Size Standard
$41.5M
FPDS Classification Code
6640
Estimated Period of Performance
N/A
Delivery of Goods
Within 1 week after receipt of order
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Molecular Devices, LLC
Vendor Address
3860 North 1st street
San Jose CA, 95134
Single-Sole Source Determination
I hereby determine that the item or service listed herein is available from only one source and competition is precluded for the reasons that there are no substitutes or alternatives available.
Background/Description of Requirement

REQUEST NUMBER: 75N95021Q00023

 

DATE ISSUED: November 20, 2020

 

ISSUED BY CONTRACTING OFFICE:  Department of Health and Human Services / National Institutes of Health / National Institute on Drug Abuse (NIDA)/ OA / 301 N Stonestreet Ave, Bethesda, MD 20892

 

FOR INFORMATION CONTACT:  Kevin Alvarez, kevin.alvarez@nih.gov

 

NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE:  511210

 

SMALL BUSINESS SIZE STANDARD: $41.5M

 

SET-ASIDE STATUS: N/A

 

Competition Status:  This requirement is non-competitive.

 

Non-Competitive (Single-sole Source (Including brand-name)) Determination: I hereby determine that the item or service listed herein is available from only one source and competition is precluded for the reasons that there are no substitutes or alternatives available.

 

DATE QUOTATION DUE:

All responses to this RFQ must be received by 9:00 AM Eastern, on November 30, 2020 and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above. Fax responses will not be accepted.

 

IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the contract specialist cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

 

Requirement Description

The objective of this order is to acquire 5 licenses of ScreenWorks Peak Pro 2 Software Module. Purchase delivers product key and instructions for activation of the software features within ScreenWorks Software.

 

The NCATS' Tissue BioPrinting Lab is in need of the extra license keys (5) of the offline analysis software ‘Peak Pro2’ of our existing instrument FLIPR Penta high-throughput cellular screening system.

 

*Note: Shipping cost must be included as a separate line item in any quote submitted or indicated if it is included in the total price of the quotation.

 

Delivery/Warranty

Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty or software licenses applicable. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.

 

An estimated number of days for delivery after receipt of an order must be specified in any quote submitted. Delivery terms anticipated for FOB-Destination shall apply.

 

Contract Type:

A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is December 1, 2020.

 

QUOTER TERMS AND CONDITIONS (to be filled out by the Offeror):

  1. Period of Performance OR Delivery Date After Receipt of Order:
  2. Shipping Point (F.O.B. OR Destination):
  3. Payment Discount Terms:
  4. Select One: Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:
  5. DUNS No:
  6. Name of Company:
  7. Street Address, City, State, Zip code:
  8. Name of Person Authorized to Provide Quote:
  9. Telephone Number and Email Address of Person Authorized to Provide Quote:

 

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

        1. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (OCT 2018) is applicable to this solicitation.
        2. The provisions of FAR Clause 52.212.2 Evaluation—Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
                1. Technical capability of the item offered to meet the Government requirement;
                2. Price; and
                3. Past performance [see FAR 13.106-2(b)(3)].
        3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Dec 2019), is applicable to this solicitation.
        4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.
        5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (OCT 2019) is applicable to this solicitation:
          52.222-3 Convict Labor (June 2003)
          52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018)
          52.222-21 Prohibition of Segregated Facilities (Apr 2015)
          52.222-26 Equal Opportunity (Sep 2016)
          52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014)
          52.222-50 Combating Trafficking in Persons (Mar 2015)
          52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
          52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)

 

In addition, the following FAR provisions are applicable to this solicitation and 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 Government Entity Code Reporting (Jul 2016),

52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016).

 

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and submit a completed copy as a separate document with their quotation.

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019)
  2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019)
  4. NIH Invoice and Payment Provisions (2/2014)

 

SUMMARY STATEMENT:

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.

 

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.