NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 519130 with a Size Standard of 500 Employees.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 dated January 30,2014.
This acquisition is for a commercial item or service and is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures. This acquisition is NOT expected to exceed the simplified acquisition threshold.
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the authority of FAR Subpart 13.106-1.
DESCRIPTION OF REQUIREMENT
Purpose and Objectives
The purpose of this requirement is acquisition of a one year license to continue to use the software to integrate various gene, pathway, compound, biomarker, clinical, and disease data sets, especially in support of the Therapeutics for Rare and Neglected Disease (TRND) program. This system is required by the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) to support studies.
Period of Performance
The licenses shall be valid for a period of performance from the date of award through November 7, 2015. A firm fixed price purchase order is contemplated.
Project Description
The Contractor must be able to provide the following:
1. Hybrid of linked data and big data to allow for intuitive search across relevant information.
2. Needs to be applicable and integrate across multiple worflows, including NCATS' workflow of custom built technologies to allow to connect disparate, and sometimes proprietary information.
3. Needs to be able to support various applications, including but not limited to, target identification, drug repurposing, competitive intelligence analysis, and precision medicine modeling.
4. Each instance needs to be able to run no upward limit on number of cores, RAM, or other hardware factors.
5. Needs to be able use a large range or importers, connectors, and analytic modules, such as Resource Description Framework (RDF), Relational Database Mode (RDB) Connector, PubMedCentral XML Connetor, ClinicalTrials.gov XML Feed Connector, SharePoint & Documentum Connector, Networked File System Connector, Cortellis API Connectors, Text Analytics Module
6. User interfaces that allow for search and hypothesis generation application and creation of maps to explore entity relationships, as well as a multi-faceted search, browse, and analytic tool to allow google-like search, faceted browsing and analytical graphs, bubble charts, clustering, maps and infographics.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, only Thomson Reuters (Scientific) LLC is capable of meeting the needs of this requirement due to standards set by Thomson Reuters that no other companies are capable of accessing and modifying the Cortellis Data Fusion codebase. The NCATS previously purchased a sofateware agreement from Thomson Reuters for the Cortellis Data Fusion software. The contract was set up to be a pilot study to evaluate the software and upon internal evaluation, NCATS intends to extend the pilot to continue ongoing work and allow for a seamless integration. Therefore, only Thomson Reuters can meet the needs of this requirement.
The intended source is:
Thomson Reuters (Scientific) LLC
1500 Spring Garden St. #4
Philadelphia, PA 19130-4067
CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. 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."
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Megan Ault, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.