FBO Notice Date 11/06/19
BIDS Reference Number 83
Document Type: Presolicitation
Medical, Dental & Veterinary Equipment & Supplies

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 20892

65 -- Amira/Avizo Government Yearly Token License Renewal SOL RFQ-NIAID-1997200 DUE 111319 POC Dana L. Monroe, purchasing agent, Phone 4063759814, Email dana.monroe@nih.gov - Dana Monroe, Phone 4063759814, Email dana.monroe@nih.govSolicitation:
RFQ-NIAID-1997200
Agency/Office:
National Institutes of Health/NIAID
Location:
National Institute of Allergy & Infectious Diseases/AMOB
Title: Amira/Avizo - Governmental Yearly Token - Pack of 16 tokens - Multiple platforms support annual license renewal

Description(s):
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-1997200 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, 13Aug 2019.
The North American Industry Classification System (NAICS) code for this procurement is 511210 - Software Publishers, with a business size standard of $41,500,000.00. The acquisition is being competed as full and open competition.
The National Institute of Allergy and Infectious Diseases (NIAID) hasa requirement for Amira/Avizo - Governmental Yearly Token - Pack of 16 tokens -Multiple platforms support annual license renewal. The period of performance is 12 month ARO. All interested vendors must be registered as a vendor in the system by the closing of the RFQ.
Place of Performance: NIH, Bldg 33, 33 NorthDrive, Bethesda, MD 20895, United States. FOB: Destination
The government intends to award a firm fixed price purchase order to the responsible contractoras a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; price, capability to meet the requirements and delivery lead time.
Amira/Avizo - Governmental Yearly Token - Pack of 16 tokens - Multiple platforms support annual license renewal
(1) Must be an authorized CERTIFIED PARTNER/reseller/service provider by RFQ Closing and stated on quote
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 52.212-3Offerors 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 listedprovisions 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 textof 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 (Oct 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 RequireCertain 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 (Dec 2015)
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System forAward Management (SAM) database prior to award, during performance, and throughfinal 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 11/13/2019 by 5:00 pm eastern standard time.
Offers may be emailed to dana.monroe@nih.gov, no later than 5:00 P.M. eastern standard time on Wednesday, November 13, 2019. Requests for information concerning this requirement must be submitted in writing, e-mailed to dana. monroe@nih.gov. 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, dana.monroe@nih.gov.

CITE: https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-NIAID-1997200/listing.html