Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2007 FBO #2004
SOURCES SOUGHT

R -- Multimodality Radiology Image Processing System Maintenance Support

Notice Date
5/21/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
CC-07-05
 
Response Due
7/5/2007
 
Archive Date
7/20/2007
 
Description
This is a market survey and sources sought synopsis to identify firms with expertise in providing maintenance support, training, and enhanced capabilities for the Multimodality Radiology Image Processing System (MIRPS) located on the National Institutes of Health Bethesda Campus and satellite campuses in Baltimore Maryland and Washington DC. The Contractor shall provide as required, software maintenance, hardware maintenance, training, installation and other services in support of the NIH Multimodality Radiology Image Processing System (MIRPS). The NIH Multimodality Radiology Image Processing System consists of the following: A. Andrew File System (AFS) based data servers consisting of a combination of seven (7) super SPARC CPUs with approximately 350 Gbyte of magnetic disk storage; One (1) SPARC Station; Two (2) AFS/AFP gateway; One (1) SuperSP ARC Station 20/61 AFS/NFS gateway; One (1) HP 9000/730 AFS-client database and Kerberos server; associated networking and communications subsystems, and other miscellaneous peripherals. B. A set of three (3) hierarchical storage management (HSM) servers consisting of superSPARC station CPUs and respectively, a 350 Gbyte DISC magneto-optical jukebox, a 1 Tbyte ATL DLT jukebox, and two (2) 50 Mb Storage TEK DAT carousels. C. Numerous AFS-based and NFS-based workstations consisting of SPARC stations and SuperSPARC stations running both Sun OS 4.I.x and Solaris 2.x, DEC station 5000s running Ultrix, DEC station Alphas running DEC UNIX, HP 700s running HP-UX, SGI workstations running IRIX, and Pentiums running LINUX. D. Special data set transfer, format conversion, and data management routines including Kerberos-based security mechanisms and data set registry. E. The MEDx and the MEDx II image processing software packages, consisting of special medically-related image handling and processing modules developed on behalf of the National Institutes of Health. The Government?s object is to identify sources capable of providing Multimodality Radiology Image Processing System Maintenance Support specified in this synopsis. This is a SOURCES SOUGHT announcement only, and your response is not an offer. All information submitted in response to this announcement is voluntary. The Government requests that you briefly address you organization?s ability to provide the required maintenance support. The Government will not pay for the information requested nor will it compensate any respondent for any cost incurred in the preparation or submission of industry responses. Solicitations are not available at this time, and as such any requests for solicitations will not receive a response. Information collected via this market survey will in no way be used to limit or screen potential offerors from future consideration for selection. Information provided by any offeror in response to this market review shall not be disclosed if doing so would reveal the vendor?s confidential business strategy, and will be protected under FAR 3.104 or FAR Subpart 24.2. All proprietary and restricted information provided in response to this synopsis should be clearly marked. Interested parties with performance capability should send supporting information that documents that belief. Responders should provide a high-level description of their current capabilities as well as any other currently available solutions that address the needs described in this RFI. Capabilities provided should be as specific as possible, and should identify unique technical qualifications in specific areas. The information provided need not be excessive in length, but should be sufficiently detailed to demonstrate that your company understands the nature of work involved, and has the expertise and resources to successfully perform. The NAIC and small business size thresholds for this requirement are respectively, 541511 and 21.0 million is the small business size standard. Responding companies should advise if they are considered a large or small business based upon the size standards provided. Responses from Small Disadvantaged Business; HubZone Businesses; Women-Owned Small Businesses; Veteran-Owned Businesses and Service Disabled Veteran-Owned Small Business with capability to perform the services are encouraged to respond. Responses are requested by May 17, 2007. Please address responses to Julius Y. Tidwell, Contracting Officer, National Institutes of Health, Office of Purchasing and Contracts, 6707 Democracy Boulevard, Suite 106M, Mail Stop Code 5480, Bethesda, Maryland 20892-5480 or via e-mail to jtidwell@cc.nih.gov. Please ensure you have included your return e-mail address, mailing address, telephone number and facsimile number in the body of your response.
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01299260-W 20070523/070521220341 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.