Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

D -- Information Technology services, including telecommunications services

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ5088
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The procurement number for this acquisition is RFQ-5088 and the solicitation is being issued as a Request for Quotes (RFQ). This solicitation and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC 2005-05). This acquisition will be processed under Simplified Acquisition Procedures and this is a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) has a requirement for an Office automation system to include two additional installments with the software. This system will: 1) Support electronic submissions, submission processing, meeting package generation, online agenda and package, quality control, correspondence with PI, electronic approval, data analysis and reporting. 2) Provide a user interface for workflow configuration and management so that super-users rather than developers can manage workflows. 3) Include Microsoft Office and Acrobat PDF integration out-of-the-box. This includes the ability to manage styles and formatting within the application. 4) Have the ability to create templates on-the-fly by super users for merge with database information. Examples include approval letters, meeting templates, etc. 5) Have advanced and flexible routing capabilities to send virtual documents for review and approvals to multiple individuals at multiple points in the workflow process and to accurately and comprehensively track the routing process. 6) Have auditing capabilities that include determining what actions occurred at what moment in time and by what users. Auditing capabilities must include both user and administrator behaviors and be refractory to administrator tampering. 7) HIPAA and 21 CFR Part 11 compliance preferred. 8) Be scalable and extensible to meet related needs of a Clinical Research Program such as data management, animal studies review, etc. 9) Provide information on demand to members of the IRB and Investigators 10) Improve the accessibility of research submission data to Investigators and Administrators. 11) Provide a comprehensive submissions-handling workflow. 12) Expedite the submission-to-approval process by providing real-time status of IRB submissions to the PI. 13) Provide automated alerts and notifications that decrease administrative delays in the approval of clinical research. 14) Be capable of sharing data electronically with other systems using XML and/or SQL languages 15) Be capable of changing and expanding the business models and flows as required. The North American Industry Classification System (NIACS) Code for this acquisition is 541512 and the dollar amount is $21.0 million. Period of Performance will be for 12 months. FAR provisions and clauses that apply to this acquisition: FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offerors Representations and Certifications Commercial Items; FAR 520212-4, Contractor Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-3, Buy American Act; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds. The Government intends to make a Best Value Buy to the responsible offer whose offer is most advantageous to the government. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee will be registered in the CCR at www.ccr.gov/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 [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on 09/23/05. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 1401 Fernwood Drive, Suite/2NE70, Room/2N28F, MSC/4811 Bethesda, Maryland 20817-4812, Attention: Lisa Josephowitz. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-3695, or e-mailed to lj39u@nih.gov. It is the vendor?s responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Ms. Josephowitz at 301-402-2282. Collect calls will not be accepted:
 
Place of Performance
Address: National Institutes of Health/NIAID, Bethesda, MD
Zip Code: 20892
 
Record
SN00894755-W 20050916/050914211801 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.