Federal Bid

Last Updated on 01 Jul 2020 at 2 PM
Combined Synopsis/Solicitation
Bethesda Maryland

DNASTAR Lasergene Suite Site License

Solicitation ID RFQ-NIAID-2028920
Posted Date 01 Jul 2020 at 2 PM
Archive Date 28 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

FedBizOps Synopsis

Document Type:  Combined Synopsis/Solicitation

Solicitation Number: RFQ-NIAID-2028920

Posted Date: July 1, 2020

Response Date: July 13, 2020

Set Aside: None

NAICS Code: 511210

Classification Code: 7030

Contracting Office Address:

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840

Title:

Primary Point of Contact: 

Dana Monroe; [email protected]

Description:

This notice is a combined synopsis/solicitation for commercial items 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-2028920 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) 2020-06 June 05, 2020.

The North American Industry Classification System (NAICS) code for this procurement is 511210, Software Publishers, with a small business size standard of $41.5 million. The requirement is being competed with a brand name restriction, and without a small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:

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 08/01/2020 – 07/31/2021. All interested vendors must be registered as a vendor in the system by the closing of the RFQ.

Place of Performance: NIH, 31 North Drive, Bldg 31, Bethesda, MD 20852, 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 08/01/2020 through 07/31/2021 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; technical capability to meet the requirements and price.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (June 2020)

FAR 52.204-7 System for Award Management (Oct 2018)

(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. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (Jan 2017)

52.204–24 Representation Regarding Certain Telecommunications and Video

Surveillance Services or Equipment (Dec 2019) *** Must complete representation if attached to this solicitation- see attachment 52.204-24

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2020)

*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)

52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)

This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address:  http://farsite.hill.af.mil/vffara.htm

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.

Submission shall be received not later than July 13, 2020 at 5:00pm EST

Offers may be mailed, e-mailed or faxed to Dana Monroe at [email protected]. Offers shall include RFQ number in the subject line (RFQ-NIAID-2028920). 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 at [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
Center Kentucky 08 Jul 2019 at 10 PM
Athens Georgia 22 May 2024 at 7 PM

Similar Opportunities

Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Pennsylvania 24 Jul 2025 at 4 AM (estimated)
Location Unknown 14 Jul 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