75N95021Q00372

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Workflow Automation Platform K2 Five - builder (Brand-name or equal)
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Renato
Gomes
renato.gomes@nih.gov
NAICS Code Number
511210
Software Publishers
Small Business Size Standard
$41.50 M
FPDS Classification Code
7A20 It And Telecom - Application Development Software
Estimated Period of Performance
The licenses shall be valid for eleven (11) months
Delivery of Goods
The licenses shall be delivered within fourteen (14) days after receipt of order (ARO)
Competition Status
Brand Name or Equal
Brand Name
K2 Five – builder software
Rationale/ Salient Characteristics
For reference purposes, the Workflow Automation Platform software that meets the need of this requirement is the K2 Five – builder software.

The salient characteristics of the brand-name or equal Workflow Automation Platform software shall include:
• Automate processes once, then extend access to users across NCATS.
• Customize templates to create common app types quickly.
• Create web and mobile apps with minimal code.
• Enable users to create custom reports and analytics quickly, without requiring IT intervention.
• Integrate with third-party AI solutions.
Background/Description of Requirement

DATE QUOTATION DUE:

All responses to this request for quote must be received by 9:00 a.m. Eastern Standard Time, on August 27, 2021 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 information and quotations furnished are not offers. 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.

The full Request for Quote with all attachments is available from the Contract Specialist

Description of Requirement:

The National Center for Advancing Translational Sciences (NCATS) has a requirement for a quantity of 251, K2 Five - builder software (Brand-name or equal) as part of a software package that will serve as a Workflow Automation Platform to build Automated Business Workflows and digitize administrative forms.

NCATS’ seeks to purchase the K2 Five software licensed (Brand-name or equal) Workflow Automation Platform software. The synergy will help with the current heavy workload and analytics and distribution. The software will also help NCATS create an app to solve various business problems without writing lines of code.

Purchase Description: For reference purposes, the Workflow Automation Platform software that meets the need of this requirement is the K2 Five – builder software.

The salient characteristics of the brand-name or equal Workflow Automation Platform software shall include:

  • Automate processes once, then extend access to users across NCATS.
  • Customize templates to create common app types quickly.
  • Create web and mobile apps with minimal code.
  • Enable users to create custom reports and analytics quickly, without requiring IT intervention.
  • Integrate with third-party AI solutions.

Quantity: 251 software licenses.

The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the delivery shall be made to NCATS within fourteen (14) days after receipt of order (ARO). Moreover, the licenses shall be valid for eleven (11) months. Delivery shall be made to the National Center for Advancing Translational Sciences (NCATS), 9800 Medical Center Drive, Rockville, MD 20850, FOB Destination.

The Contractor shall provide software license keys information to Sam Michael (michaelsg@mail.nih.gov ) and Gary Berkson (gary.berkson@nih.gov ) at NCATS, 9800 Medical Center Drive, Rockville, MD  20850. Renewal reminders shall be sent to NCATSLicensingTeam@mail.nih.gov.

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. 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 (Jan 2017) is applicable to this solicitation.

2. The provision of FAR Clause 52.212.2 Evaluation—Commercial Items (Jan 2017) is applicable to this solicitation.

  • The Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation will compare: Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Purchase Description, Price, and Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding.
  • The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s).

3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation.

  • The following FAR Provision Representations and Certifications must be completed, signed, and returned by the quoters with its quote pursuant to FAR 4.2103 Procedures.
    • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
    • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)​​​​​​​

4. The provision of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2018) is applicable to this solicitation. Addendum to this FAR clause applies to this acquisition and is attached. The additional contract terms and conditions are as follows.

  • FAR 52.212-4 Addendum – Supplier License Agreements, attached.
  • FAR 52.212-4(g), Invoice, is supplemented by:
    • NIH Invoice and Payment Instructions (Rev. Feb 2021), attached.

5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jul 2021) is applicable to this solicitation. See attachment for applicable clauses.

6. In addition, the following provisions and clauses apply to this acquisition and are incorporated by reference:

  • Provision, FAR 52.204-7, System for Award Management (Oct 2018)
  • Provision, FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • Provision, FAR 52.225-2, Buy American Certificate (Feb 2021)
  • Provision, HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
  • Clause, FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  • Clause, FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  • Clause FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.(Aug 2020)
  • Clause, FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
  • Clause, HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

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: the 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. 

ATTACHMENTS

  • Purchase Description (PD)
  • FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021)
  • FAR 52.212-4, Addendum – Supplier License Agreements
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Jul 2021)
  • FAR 52.225-2, Buy American Certificate (Feb 2021)
  • NIH Invoice and Payment Provisions (Rev. Feb 2021)

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.