Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
MODIFICATION

R -- Laboratory Information Systems

Notice Date
8/17/2007
 
Notice Type
Modification
 
NAICS
541519 — Other Computer Related 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
20892-5480
 
Solicitation Number
Reference-Number-RFQ93622
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Point of Contact
Andrea McGee, Purchasing Agent, Phone 301-402-0735, Fax 301-402-0479,
 
E-Mail Address
andrea_mcgee@nih.gov
 
Description
The National Institutes of Health Department of Network Applications intends to negotiate on a sole source basis with Soft Computer Consultants, 5400 Tech Data Drive, Clearwater, FL. 33760. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ93622-1 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541519. The purpose of this Contract is to purchase replacement servers and software for the Soft System which is the Laboratory Information System. The mission of the Department of Clinical Research Informatics (DCRI) is to guide the appropriate use of information technology to enhance clinical research, patient care, and hospital management. DCRI is responsible for the infrastructure that supports the technology for all mainframe, client-server, desktop computers and its accompanying application management/development, database information. DCRI provides technical advice and supports the NIH/CC and the new Clinical Research Center (CRC) through the operations, development and management of administrative and business software applications while supporting as many as 4,500 users. DCRI supports the Laboratory Information System (LIS) which is made up of several modules from Soft Computer some of the modules include SoftLab, SoftBank, SoftMic, and SoftPath. The LIS system supports the functions of the CC Laboratory, Blood Bank, and Pathology departments. Clinical Orders are entered in Eclipsys Sunrise Clinical Manager (SCM) and are HL7 interfaced to LIS and results from LIS are interfaced back into SCM. This system must be operational 24x7x365 as its providing a fundamental process for clinical care. The objective of this Statement of Work (SOW) is to obtain hardware, software, an implementation services to upgrade the existing Soft Computer modules from DB Vista to the Oracle based database version. In addition, the current hardware supporting LIS has reached end of life (EOL) and requires replacement. SPECIFIC TASKS Task Area 1 ? Hardware Please provide a quotation for the hardware and licenses listed in Attachment 1. Please submit quote using the provided spreadsheet format. Email amcgee@cc.nih.gov for Attachment 1. Task Area 2 ? Hardware Integration Please provide a quotation for the hardware prep work, installation, system configuration. Please include estimated travel expenses. Task Area 3 ? Oracle Database Conversion Please provide a quotation for the tasks listed below: Initial database installation and setup Engineers will install and configure DBMS software and database to provide for both uninterrupted 24x7 database service and top database performance. Particular database deployment depends on the client's hardware configuration, business needs and installed applications. Engineers will also create and configure standby or replicated databases for dual systems configurations, setup database backup, configure automatic database maintenance and performance gathering scripts and perform initial database performance tuning. Database upgrades From time to time, database management software and underlying database needs to be upgraded to resolve critical bugs or because previous DBMS version becomes de-supported (Expected lifetime of database software is currently 2 to 3 years). Database upgrade is often required as well when application code is upgraded to support new functionality. Engineers must have all the necessary knowledge to perform database upgrades for db_VISTA (RDM), ORACLE database engines and they will make sure that the database version transition goes fast and smooth. Ongoing database maintenance Create and prepare the database(s) for test or upgrade system, load or unload data to/from the database, initialize database in full or only certain areas (i.e. patient data only). Database monitoring Database monitoring can detect problems before they become critical, identify performance bottlenecks and warn about possible inconsistencies in the database, system or software. Problem determination and resolution Databases may fail or experience errors due to a number of reasons, including power fluctuations, system crash, hardware failures, bug in a software or a user error. Problem determination and resolution, thus, requires the person to be the expert in a number of fields, including system administration and engineering, database administration and LIS software. Critical performance problems ("deadlocks", "lock ups", or "very slow system" events) can often be resolved "on the fly" to minimize client's downtime and adverse effects of slowdown. Database backup, recovery and failover. It is essential that patient data is protected and recoverable should the disaster strike. Engineers will create and set up backup configuration, adjusted to our hardware architecture and requirements. Database backups monitoring and verification is a cooperative effort between engineers and the client, DCRI will check their database backup daily and report any failures to engineers to make sure database is continuously recoverable. Although backups are normally performed as automatic or semi-automatic jobs, recovery is a complex process, which requires significant knowledge of database engine and is usually a manual process, performed by domain expert. For dual systems configurations, database operations can be fail overed to the auxiliary system, if the primary system fails. Database administrators are trained and certified in database backup and recovery and database failover. Database performance tuning Performance of applications depends to a large degree on a performance of the database. Properly configured and tuned database can increase database through output and reduce average wait times several times, compared to an untuned one on the same hardware. Engineers will collect and analyze database performance statistics over representative time period and perform necessary adjustments to database(s), based on the current workload, underlying system configuration and business needs. Conduct periodic workload analysis and adjustments are necessary to make sure database is running on peak efficiency. Government Furnished Equipment (GFE) Government Furnished Information: The government will provide the contractor with the necessary facilities to support task completion, including desktop computers, software and network services. Section 508 Compliance Section 508 requires that Federal Agencies? electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov Unless it is an ?undue burden? or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance. Security Any personal data collected and/or used under this contract is subject to the Privacy Act Clause (FAR 52.224-2). The Contractor will use any Privacy Act information provided by the Government or other Government contractors for the purposes authorized by this contract only and for no other. The Contractor will not provide the information to any other person or entity, unless explicitly directed. Each person providing service under this proposal will be required to sign a document of understanding stating that he/she understands and will comply with Privacy Act requirements. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. 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. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www..arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 30 days from the posting of this notice no later than _08/31/07 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 9/12/07. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _08/24/07. Collect calls will not be accepted. No Phone Calls Please NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/CCOPC/Reference-Number-RFQ93622/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01377340-F 20070819/070817230547 (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  © 1994-2020, Loren Data Corp.