Contact Points
DATE QUOTATION DUE:
All responses to this RFQ must be received by 12:00 PM EST, on January 17th, 2023 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.
Purchase Description:
This purchase is for consulting services, support to National Center for Advancing Translational Sciences (NCATS) scientific databases. The contractor will export the current PROD environment and migrate to a designated PROD Oracle 19C instance.
Item |
Deliverable Description |
Ownership |
Details |
|
1. |
Pre-Migration and Upgrade Pre-requisites |
NCATS |
□ Clone PROD to create DEV |
|
2. |
Upgrade and Migration of DEV
|
IDBS |
|
|
3. |
Migration and Upgrade of PROD
o Abase, XE, Chemistry
|
IDBS |
|
|
4. |
During and Post Project Support |
IDBS |
from IDBS GPS |
|
5. |
Project Oversight |
IDBS NCATS |
activities
parties |
|
Salient characteristics
The minimum characteristics required are as follows:
The IDBS database and software upgrade will replace the existing ActivityBase (Abase) v9.2 installation with v9.7 on NCATS systems as well as migrate the existing registration database from Oracle 12c to Oracle 19c. The installation and upgrade of all necessary systems will be handled remotely with NCATS providing access to our systems through Zoom/Teams meetings. The new version of Abase will continue to allow NCATS users to register compounds through the Abase graphical user interface and perform batch compound registration through the Selection Assistant tool on Windows PCs (minimum Windows 11). Abase will be compatible with at least Chemdraw 2019 or higher. Mother/daughtering plate registration will continue to occur through ObjectManager also in Windows. Existing compound registration rules in the database will be preserved and be functional after the upgrade. The migrated data from the Oracle 12c database will continue to be accessible and usable in the new Oracle 19c database. IDBS will advise on how existing SQL queries should be updated so the database can continue to be interoperable with NCATS created applications.
Quantity:
1
Delivery/Warranty
The upgrade and installation will happen completely remotely and the contractor does not need physical access to NCATS. The Government will provide remote access to our systems through Zoom/Teams meetings.
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 January 25th, 2023.
QUOTER TERMS AND CONDITIONS (to be filled out by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- 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:
- DUNS No:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- 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/
-
-
-
- The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (OCT 2018) is applicable to this solicitation.
- 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:
-
-
-
- Technical capability of the item offered to meet the Government requirement;
- Price; and
- Past performance [see FAR 13.106-2(b)(3)].
-
-
-
- The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation.
- 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.
- 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:
-
-
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:
NIH Invoice and Payment Provisions (4/2022)
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.