Vitrea Software maintenance from Canon Medical Informatics Inc. (Brand Name restriction)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jul 31, 2024 06:30 pm EDT
- Original Date Offers Due: Aug 07, 2024 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 22, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7A20 - IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 513210 - Software Publishers
- Place of Performance: Bethesda , MD 20814USA
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.
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) 2024-04.
The North American Industry Classification System (NAICS) code for this procurement is: 513210/511210 - Software Publishers (Size standard: $47,000,000).
The requirement is being competed as a Request for Quotes with a brand name restriction and is NOT a small business set aside.
The Solicitation number is RFQ-CC-24-008676 and the solicitation is issued as a Request for Quotes (RFQ).
The National Institute of Health’s Clinical Center (Program) uses Vitrea software made by Canon Medical Informatics Inc. Program requires maintenance/updates to this software and needs replacements for its existing set of Load balancer appliances. Specifically, Program is looking to acquire 1 base year + 3 option years for software maintenance. Program is currently already using Vitrea software. Vitrea software is a multi-modality vendor-agnostic advanced visualization system providing comprehensive set of Radiology-related that has been used by Program’s RADIS office for over a decade. Advanced imaging tools include in-suite 3D viewing and semi-automated measurements. Vitrea also permits our radiologists to share images throughout our department. Vitrea’s Global Illumination rendering technology also helps provide a more photorealistic view of human anatomy. This software needs maintenance/updates, so only this brand of software can be accepted. Since VITREA is proprietary software from CANON Medical Informatics, only they and their authorized resellers can supply updates and maintenance to our existing licensed VITREA software packages.
Specifically, the following items are needed:
- VS-VIT-MSVASELECT
- Services, SW M&S Enterprise, Select
- (31,000) Vitrea, Study Volume User
- Vitrea, Enterprise Deployment
- Vitrea, Multi Modality Viewer Unlimited User
- Vitrea, Enterprise Enablement-System
- Vitrea, Base App Pkg USA-System
- Vitrea, CT Brain Perfusion 4D App-System
- Vitrea, CT Cardiac EP Planning App-System
- Vitrea, CT Cardiac Functional Analysis App-System
- Vitrea, CT SUREPlaque Software-System
- Vitrea, CT TAVR Planning App-System
- Vitrea, Mirada Oncology Fusion Core App-System
- Vitrea, CT Multi-Chamber CFA App-System
- Includes: Software updates, access to online clinical and technical educational resources, access to online support case submission and management, 24/7 technical support, tailored education units, user meeting access, account manager.
Vendors must be manufacturers and/or authorized resellers of genuine products. Resellers shall provide sufficient documentation.
Place of Performance or Delivery:
The Period of Performance is:
Base Year: 09/29/2024 – 09/28/2025
Option Year 1: 09/29/2025 – 0928/2026
Option Year 2: 09/29/2026 – 0928/2027
Option Year 3: 09/29/2027 – 0928/2028
Place of Performance:
10 Center Drive
BLDG 10 - Clinical Center
Room 1C543
Bethesda, MD 20814
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)
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)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
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.
The government intends to award a “firm fixed price” order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on technical capability to meet the requirements/technical factors, price, and past performance.
Submission shall be received not later than 08/07/2024 by @ 4:00 PM EST.
Offers may be emailed to Lu Chang at <lu-chang.lu@nih.gov> by the date and time stated above.
Late submission 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 email to the respective contacts above.
Offers shall include RFQ number in the subject line (RFQ-CC-24-008676).
Offers shall also include the price, delivery timeframes, and any other required documentation/information as mentioned above. Offers that do not meet these requirements may be excluded from consideration.
Attachments/Links
Contact Information
Contracting Office Address
- 6707 DEMOCRACY BLVD, SUITE 106
- BETHESDA , MD 20892
- USA
Primary Point of Contact
- Lu Chang
- lu-chang.lu@nih.gov
Secondary Point of Contact
History
- Aug 22, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)