75N95022Q00487

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Workflow Automation Platform Software
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Morgen
Slager
Morgen.Slager@nih.gov
NAICS Code Number
511210
Software Publishers
Estimated Period of Performance
September 30, 2022 through September 29, 2023
Delivery of Goods
Delivery date to be within two weeks ARO.
Competition Status
Competitive
Background/Description of Requirement

This request is for 251 licenses for the Workflow Automation Plateform Software.

This software needs to include the:

  • Must enable us to automate processes once, then extend access to users across your company.
  • Must enable us to access customized templates to create common app types quickly.
  • Create web and mobile apps with minimal code.
  • Must enable users to create custom reports and analytics quickly, without requiring IT intervention.
  • Needs to enable us to harness the power of machine learning by easily integrating with third-party AI solutions.

Vendor is responsible for providing software license keys information to michaelsg@mail.nih.gov and gary.berkson@nih.gov at NCATS, 9800 Medical Center Drive, Rockville, MD 20850

 

 

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.

In addition the Unique Entity ID (UEI), 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 to this pre-solicitation notice must be received by 11:00 A.M. Eastern Standard Time, on August 12, 2022 and must reference announcement / solicitation number identified in this notice, 75N95022Q00487. Responses may be submitted electronically to Morgen Slager, morgen.slager@nih.gov.  Fax responses will not be accepted.

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.