Federal Bid

Last Updated on 30 Jul 2019 at 8 AM
Solicitation
Center Kentucky

DNAStar Lasergene Suite Site License

Solicitation ID RFQ-NIAID-1975822
Posted Date 08 Jul 2019 at 10 PM
Archive Date 30 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Center Kentucky United states
Solicitation:
RFQ-NIAID-1975822
Agency/Office:
National Institutes of Health
Location:
National Institute of Allergy & Infectious Diseases/AMOB
Title: DNASTAR Lasergene Suite Site License and service plan renewal - BRAND NAME ONLY

Description(s):
This notice is a combined synopsis/solicitation for commercial license and service plan using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-1975822 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101, 26 Oct 2018.
The North American Industry Classification System (NAICS) code for this procurement is 511210 - Software Publishers, with a business size standard of $20,500,000.00. The acquisition is being competed as full and open competition.
The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a renewal of annual DNASTAR Lasergene Service Plan Core Suite Site License for Windows and Macintosh in the Office of Cyber Infrastructure and Computational Biology (OCICB) Bioinformatics and Computational Biosciences Branch (BCBB). The period of performance is 08/01/2019 - 07/31/2020. All interested vendors must be registered as a vendor in the system by the closing of the RFQ.
Place of Performance: NIH, 31 Center Drive, Bldg 31, Bethesda, MD 20892, United States. FOB: Destination
Equipment to be covered: renewal of Lasergene Service Plan Core Suite Site License for Windows and Macintosh. Service plan renewal period will be 08/01/2019 through 07/31/2020 and includes one year of software updates, upgrades and technical support. This Service Plan will install, authorize and support the following applications for the Lasergene Core Suite for Windows and Macintosh: SeqBuilder, SeqMan Pro, MegAlign, GeneQuest, Protean 3D, Protean, PrimerSelect, EditSeq, GenVision and SeqNinja.
(1) Must be an authorized CERTIFIED PARTNER/reseller/service provider by RFQ Closing and stated on quote
(2) All responsible sources whom are certified by the manufacturer for each piece of equipment as authorized third-party repair vendors may submit a proposal showing their capabilities and past performance repairing this type of equipment. The vendor shall provide certification from the original equipment manufacturer that they are authorized to perform these services and have access to NEW OEM parts and supplies. This written certification is required to be submitted with your proposal. Must list on quote what will not be included in the coverage. If any re-certification fees exist, please list them on the quote. Accepting quotes for all or some of the pieces of equipment.
(3) Service agreement also requires the preventative maintenance visits to be performed within the contract period. Full on-site agreement must cover corrective repairs on listed equipment (to include parts, labor, travel, return shipping). All service and repairs shall be performed by certified technicians and only NEW OEM parts shall be used for all repairs. All software updates must be OEM. All work performed shall be warranted against defects and workmanship during the performance period.
The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery, past performance, price and the best value to the government.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)
FAR 52.252-1 -Solicitation Provisions Incorporated by Reference (Oct 2018)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address:
http://farsite.hill.af.mil/vffara.htm
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2019)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (July 2016)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).
Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

 

To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows:
"The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
(Quoter shall list exception(s) and rationale for the exception(s).)
Submission shall be received not later than 07/15/2019 by 5:00 pm mountain daylight savings time.
Offers may be emailed to [email protected], no later than 5:00 P.M. mountain daylight savings time on Monday, July 15, 2019. Requests for information concerning this requirement must be submitted in writing, e-mailed to [email protected]. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to, Dana Monroe, [email protected].

Bid Protests Not Available

Similar Past Bids

Fishers New york 19 Jul 2018 at 9 PM
Atlanta Georgia 02 Aug 2007 at 4 AM
Bethesda Maryland 01 Jul 2020 at 2 PM
Athens Georgia 22 May 2024 at 7 PM

Similar Opportunities

Wright patterson air force base Ohio 10 Sep 2025 at 9 PM
Wright patterson air force base Ohio 10 Sep 2025 at 9 PM
Wright patterson air force base Ohio 10 Sep 2025 at 9 PM
Wright patterson air force base Ohio 10 Sep 2025 at 9 PM