Contact Points
Suite 200
Toronto, ON, M5V 2J1
1. The scientific renderings that are only available in the BioRender library.
2. The subscription to Biorender also includes multiple resource libraries such as: Cell Structures Library, Cell Library, Chemistry Library, Epithelium Librabry, Graphs & Symbols Library, Human Anatomy Library, Lab & Objects Library, Lipids & Carb Library, Membranes Librabry, Nucleic Acids Library, Proteins Library, Species Library and Stokes Library.
Biorender also offers the ability to collaborate on scientific images amongst the team and also -
• Store unlimited images
• Permisssion to publish in journals
• Image download sizes – small, medium, and large
• Upload your own imange and icons
• Request expedited icons
• Download with transparent background
• File storage and management
• Share and collaborate with lab mates
• 1:1 design support
• Team functionalities and billing
Only Biorender can furnish these requirements, to the exclusion of other sources, because only Biorender offers all of the above tools and capabilities and is the only source reasonably available.
ELECTRONIC REQUEST FOR QUOTATION (E-RFQ)
BioRender License
Page 1 of 3
REQUEST NUMBER: 75N95023Q00365
DATE ISSUED: June 8, 2023
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: Claudia Ventola claudia.ventola@nih.gov
NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE:
513210 - Software Publishers
BUSINESS SIZE STANDARD: $47M.
SET-ASIDE STATUS: Not set-aside restriction applicable
Competition Status: This requirement is non-competitive
Non-Competitive (brand-name only) Determination: The Government intends to award a
purchase order for a license to the BioRender website. This requirement is restricted to the
BioRender website at www.biorender.com. The determination by the Government to award a
contract without providing for full and open competition is based upon the market research
conducted that identified no other sources capable of achieving this Government requirement
because no other sources provide the scientifically accurate library of scientific icons and
templates and include resource libraries such as Cell Structures Library, Cell Library, Chemistry
Library, Epithelium Librabry, Graphs & Symbols Library, Human Anatomy Library, Lab &
Objects Library, Lipids & Carb Library, Membranes Librabry, Nucleic Acids Library, Proteins
Library, Species Library and Stokes Library.
DATE QUOTATION DUE:
All responses to this RFQ must be received by 9:00am Eastern Time on Monday, June 19,
2023, and must reference the solicitation number cited above. Responses must be submitted
via email to Claudia Ventola at claudia.ventola@nih.gov. 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:
The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of
Health (NIH) requires a license to the BioRender website. BioRender is an online app used to
create, edit, and collaborate on scientific diagrams and illustrations. It offers a large library of
over 40,000 icons to use in the creation of scientific posters, presentations, publications, and
more.
ELECTRONIC REQUEST FOR QUOTATION (E-RFQ)
BioRender License
Page 2 of 3
Salient characteristics
Page 2 of 3
Salient characteristics
The license must include:
- The ability to store unlimited images
- Permission to publish in journals
- Small, medium, and large image download sizes
- Live customer support
- The ability to upload your own images and icons
- The ability to request expedited icons
- The ability to download with transparent background
- File storage and management
- The ability to share and collaborate with labmates
- 1:1 design support
- Team functionalities and billing
Quantity:
100 anticipated users with the right to deploy up to 165 users for one fixed price.
Delivery/Warranty
The license must be delivered (activated) no later than July 14, 2023. The current subscription
ends on July 13, 2023 and there must not be a lapse in access.
License Period: The license period is 12 months, from July 14, 2023 through July 13, 2024.
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 July 5, 2023.
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¡XCommercial Items (OCT 2018)
is applicable to this solicitation.
ELECTRONIC REQUEST FOR QUOTATION (E-RFQ)
BioRender License
Page 3 of 3
2. The provisions of FAR Clause 52.212.2 Evaluation¡XCommercial 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:
a. Technical capability of the item offered to meet the Government requirement;
b. Price; and
c. Past performance [see FAR 13.106-2(b)(3)].
3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications¡XCommercial
Items (Feb 2021), is applicable to this solicitation.
4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions¡XCommercial 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¡XCommercial 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.
Attachments:
1. Att._FAR 52.204-24 (Nov 2021)
2. Att._FAR_52.204-26_Oct_2020
3. Att_FAR_52.212-4_Addendum
4. Att._FAR 52.212-1 (Mar 2023) (TAILORED)
5. Att._FAR_52.212-5
6. Att. NIH Invoice Instructions. (Without IPP)
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.