Contact Points
Concord, MA 01742
U.S.A.
This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2022-08 dated October 28, 2022.
The NIA IRP requires maintenance on the Imaris 9.9 software. Image analysis is an essential step in the acquisition of cell and tissue data. Preliminary research by the NIA confocal core facility has shown that there is a serious need for an advanced image analysis program for immunofluorescence data acquired by NIA IRP Labs, including Baltimore Longitudinal Study of Aging (BLSA) and Gestalt data. The Imaris software has been shown to be the most suitable to the needs of the NIA IRP in imaging data analysis. Renewal of the licenses and maintenance is essential for software upgrades and technical support.
Period of Performance: March 31, 2023 - March 30, 2024.
Scope of Work:
General Requirements:
Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below:
Specific Requirements:
The Vendor shall provide continuous software updates and maintenance of four existing Imaris 9.9 software licenses including:
- Up to two software updates per year to the latest and most advanced version of Imaris.
- Priority online and phone Technical and Applications Support.
- 1 or 2 days of onsite training sessions per year with a certified support provider.
- Priority access to the Imaris User Group Meeting
- Imaris satellite licensing services.
Level of Effort:
Annual support provided online, via phone and onsite as needed.
Government Responsibilities:
The Government will provide Contractor personnel reasonable access to the Equipment whenever Service is required. Government will cooperate with Contractor personnel so that Service can be performed efficiently and without interruption. Contractor shall be allowed use of Government equipment which Government and Contractor personnel deem necessary to perform these services. The Vendor shall provide continuous software updates and maintenance of four existing Imaris 9.9 software licenses as described above. Key personnel must be original equipment manufacturer (OEM) factory-trained, authorized technicians.
Key Personnel:
Contract Type:
A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.
Summary Statement:
The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response.
All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
Quoter Terms and Conditions (To be completed by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- NIH BPA Number, if applicable:
- UEI Number:
- 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/:
- FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Nov 2021) is applicable to this solicitation.
- FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) 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)]
- FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022), is applicable to this solicitation
- FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021) is applicable to this solicitation.
- FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation.
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),
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020),
- 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
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 (Nov 2021),
- FAR 52.204-25, Prohibition on Contracting for Certain Video Surveillance Services or Equipment (Nov 2021),
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020), and
- NIH Invoice and Payment Provisions
All responses must be received by December 11, 2022 at 12:00 pm and must reference announcement / solicitation number NIA 23-000807. Responses may be submitted electronically to carla.blalock@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.