Contact Points
Chelmsford, MA 01824-111
This notice of proposed acquisition is posted an intent to award to Azenta, Inc. is the only vendor that is capable of providing the license for use of the FreezerPro Sample Management software. The software is proprietary to Azenta and Azenta is the only party authorized to support, update, and modify the Software. Azenta, Inc. has provided a sole source letter to the Government certifying that no other company is authorized.
The essential characteristics of the license for use of the FreezerPro software system that limit the availability to a sole source is the integration of the experimental data into ongoing research projects that have already obtained data from a FreezerPro system. Only this suggested source can furnish the requirements, to the exclusion of other sources, because this proprietary software license is sold only by one vendor.
Use of the software license must allow for compatibility in all aspects with existing data storage information. The current data has been obtained and stored from a separate FreezerPro system and the new data must coordinate, connect, or interface with the existing data because the data is solely produced by the FreezerPro system and the key components are patented and designed to operate as an integrated system.
No third-party systems or components are licensed for use with FreezerPro system.
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-06 dated May 26, 2022.
The National Institute on Aging (NIA), Center of Alzheimer's Disease and Related Dementias (CARD) works to understand the pathological basis of neurodegenerative diseases mainly Alzheimer's Disease. The purpose of this acquisition is to provide a license for use of sample storage management software for CARD to use in support of neurodegenerative disease. As our research program grows, we are amassing many biological samples including whole blood, brain tissue, genomic DNA, RNA, plasmid DNA, tissue culture cell lines, etc. Cataloging and managing the storage of these samples requires the use of a software license to allow for electronic documentation of sample information. To the end, a license for use of the required sample management software is critical for the ongoing study of Alzheimer's Disease and Related Dementias.
Purchase Description: FreezerPro Sample Management System, On-Premises, Enterprise Base License; and FreezerPro, On-Premise, Enterprise, Concurrent User License
Salient characteristics: Contractor must be able to provide these specifications for use in the sample management software license:
Complete sample management; Secure sockets layer data encryption. Track samples in and out of freezers Icon based display of box contents; Sample inventory alerts; Easy to follow workflows; Virtual freezers; Reporting and data import/export; Live search by word/part of keyword; Smart search; Live query builder and smart folders; Full audit trails; Mobile devices support; Microsoft Excel add-in; multi-language support; Comprehensive barcode label and RFID tag designer; Barcode printing for vials, boxes, and freezers; 2D code plate scanner support; Biotillion Box Mapper support; Support for sample sources, groups and pick lists; Report templates (visual report builder); Support for freezer sensors; Permission-based access restriction to samples info; Templates for one-click aliquoting enterprise; GLP mode for strict operations; Support for custom vial identifiers; Supports HIPAA compliance; User authentication via active directory domain services; Application programming interface; Advanced workflow management; Critical level monitoring - define custom alerts; Communication shipping and testing modules
Quantities:
- Catalog # 001-FP-613; FreezerPro, Enterprise, Base License Perpetual: One(1)
- Catalog # 001-CN-001; FreezerPro, Enterprise, Concurrent User, Four(4)
Contract Type: A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.
Quoter Terms and Conditions (To be completed 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. SAM Unique Entity Identifier (UEI) 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. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.
2. FAR Provision 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)]
3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation
4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.
5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. See attachment.
In addition, the following FAR provisions and clauses 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 (Aug 2020),
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- NIH Invoice and Payment Provisions
All responses must be received by July 3, 2022, at 5pm EST and must reference announcement/ solicitation number NIA-22-008784. Responses may be submitted electronically to Wiwa Lui (wiwa.lui@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.