Contact Points
The offeror represents as part of its offer that- (i) It Checked checkbox IS , a small business concern;
• Provide chemistry software web interface to draw chemistry structures, template based and please specify the underline tool used to develop. • Chemistry software web interface (Draw / View / Search / Update/ Export / Import structures) should provide support to be integrated with ASP.NET MVC5 web applications. • Provide chemistry software interface (Draw / View / Search / Update/ Export / Import structures) to the legacy desktop application which are running .NET framework 4. • Chemistry software must be compatible with windows standard operating systems. • Chemistry software should provide following features Conversion from structure to Image. Check given structure for errors if any. Web Interface must be able to upload and represent chemical structures from various data types including but not limited to SMILES strings, InChI strings, MRV, SD files, and Mol files, among others. The web interface must display stereoselective features of chemical structures, such as chiral centers and stereoisomers. Must offer structure-based searching capacity, including the ability to search and easily sort by substructure and structural similarities. export structure to Excel. Provide technical documentation with examples. • Chemistry software should support Microsoft SQL Server 2019, 2022 database and any subsequent latest releases. • Chemistry software should provide user friendly API (Application Program Interface)s for the above chemistry functionality. • Software, including all data needs to operate independently and housed within NIH firewall to draw / import / export structure and used to calculate various chemistry data points. • software must be compliant with section 508. MAINTENANCE AND SUPPORT The contractor will be responsible for maintenance and support of the tool as follows: Technical consultation services may be required to support specific user issue or unmet needs. Latest updates and features should also be included. Chemistry software should function within the boundaries and restrictions of NINDS IT Security changes. Chemistry software should function even after any operating system updates and if there are issues with the chemistry software after operating system or any other software updates, technical support must trouble shoot and resolve the issue. 5. Description of the efforts made to ensure that offers are solicited from as many potential sources as practicable. Indicate whether a beta.SAM.gov notice was or will be publicized as required by FAR Subpart 5.2 and, if not, which exception under FAR 5.202 applies. A future competition for new software is sought because the current software has not kept pace with NIH IT updates and become cumbersome for the NINDS programs to use. Additionally, the programs’ software needs, and maintenance and support needs have grown from the original award. The market research for the new competition has indicated that much of this software is open-source and not for sale. The government cannot currently use open-source software solutions due to security and support concerns. The few software options that are not open-source are not provided by vendors registered in SAM or available through any government-wide or NIH-wide acquisition vehicles. The difficulty in finding new software that may work for our programs has resulted in a longer than expected recompetition timeline. We’d like to pursue an RFI posted on vehicles like GSA and NITAAC and on SAM.gov and other methods of finding appropriate vendors. We anticipate the additional market research and competition taking at least 6 months due to the difficulties encountered to date. Once other vendors are identified and a competition posted, there also needs to be a period of transition from the current software to the new software. This transition could need to be 3 months or more due to the high interoperability required, any necessary recoding of existing software applications and the importance of this software to the programs it supports. This timeline places us beyond the current period of performance, necessitating a new, sole source purchase of the current software until new software can be procured and set up. Due to the above factors, this sole source procurement is sought to fulfill competition requirements for the new software and to ensure full market capabilities are found for fulfilling programmatic needs.
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.