NIA- 22-010332

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Workspace Software License for CARD
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
511210
Software License
Small Business Size Standard
41.5Mil
FPDS Classification Code
DA10
Estimated Period of Performance
7/17/22-7/17/2023
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Solution Guidance Corporation
Vendor Address
Solution Guidance Corporation
SBA Certified 8(a) and EDWOSB
14291 Park Meadow Drive, Suite 150
Chantilly, VA 20151
Attention: Kelley Witmer
(703) 961-1602 x 1050
kwitmer@solutionguidance.com
Single-Sole Source Determination
Acquisition Authority: This acquisition is conducted under the authority of Federal Authority Regulation (FAR) Part 13 - Simplified Acquisition Procedures, Subpart 13. 106-1 (b)(1 ), Soliciting from a single source and is not expected to exceed the Simplified Acquisition threshold. Contracts awarded using FAR Part 13- Simplified Acquisition Procedures and at a dollar valueless than the simplified acquisition threshold are exempt from the requirements of FAR Part 6- Competition Requirements.

This notice of proposed acquisition is posted an intent to award to Solution Guidance Corporation is the only vendor that can continue to provide support for the existing license. The license for software use associated with the nih.gov domain is required to be purchase from the same reseller as purchased by NIH CIT.

Additionally, the essential characteristics of Google Workspace software limit the availability to a sole source. Workspace is a cloud-based system, allowing for collaborative efforts across the National Institutes of Health (NIH) and the National Institute on Aging (NIA). Google Workspace enables investigators to collaborate rapidly and in real-time. Its compatibility with external systems, including Microsoft Office, alleviates the cumbersome exchange of working with multiple data sources. The seamless compatibility with Microsoft files reduces the friction of working across multiple platforms. The software is built on top of Google's infrastructure, and gives the user the freedom to create, while helping to keep information secure. It is critical that we are able to seamlessly and rapidly interface with our laboratory colleagues both within the Center for Alzheimer’s Disease and Related Dementias (CARD) and between entities throughout the National Institutes of Health. Therefore, the license must provide software that is compatible in all aspects (form, fit, and function) with existing platforms currently in use.
Background/Description of Requirement

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 for Alzheimer's and Related Dementias (CARD) requires this use of a software license to allow for neurodegenerative disease research collaborative, document sharing and interactive data sharing as well as the calendar sharing. Use of the license provides researchers the ability to share, collaborate and engage within the CARD initiative by a collection of cloud computing, productivity and collaboration tools, software, and products. This is a renewal of an existing license used for software for Google Enterprise, which is used NIH-Wide.

Purchase Description: Google Workspace Enterprise Plus: New/ Renewalnih.gov CITGoogle - GAPPS-ENT-PLUS

Salient Characteristic: Contractor must provide these specification for use within the license:

  • Gmail
  • Chat
  • Meet
  • Calendar
  • Drive
  • Documents 
  • Sheets 
  • Slides 
  • Sites 
  • Keep
  • App Script 
  • Cloud Search 
  • Custom and secure business email + eDiscovery, retention, S/MIME encryption
  • 500 participant video meetings + recording, attendance tracking, noise cancellation, in-domain live streaming
  • Advanced security, management, and compliance controls, including Vault, DLP, data regions, and enterprise endpoint management

Quantities: 60

Catalog#: GAPPS-ENT-PLUS-1USER-12MO

 

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. T he 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.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

4. NIH Invoice and Payment Provisions


All responses must be received by July 16, 2022, at 5pm EST and must reference announcement/ solicitation number NIA-22-010332. 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.