Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
SOLICITATION NOTICE

D -- Software Maintenance and Enhancement Services

Notice Date
5/7/2008
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-HL-2008-147-CB
 
Response Due
5/21/2008
 
Point of Contact
Chris R Belt,, Phone: 301-435-0330
 
E-Mail Address
cbelt@nhlbi.nih.gov
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health, National Heart, Lung and Blood Institute (NHLBI) is conducting a market survey to determine the availability and technical capability of 8(a) firms in providing software maintenance and enhancement services for software developed at the NHLBI Center for Biomedical Informatics (CBI). The CBI provides Information Technology support for the NHLBI in the areas of network and desktop computer support, custom software development and maintenance, and evaluation and deployment of COTS software systems. This acquisition is for the maintenance and enhancement of existing software systems developed at CBI. Enhancement of existing systems will include analysis and re-engineering of systems to reduce redundancy in data and functionality across systems where appropriate. Specifically, the requirement shall include the following: Maintenance and enhancement of information systems and databases (Estimated 37 systems and databases) to support NHLBI scientific programs, policies, issues, or new scientific program implementation activities. The majority of these are.NET web based systems that need to be publicly accessible through NHLBI web sites; and large, high volume internal databases (scientific, medical images, research, etc.) will be required to support these systems. Analysis of current custom software systems to identify re-engineering opportunities to reduce redundancy of data and functionality across systems. Conversion of current client-server systems into web-based systems. Full software development lifecycle support including requirements definition, software design, implementation, testing, maintenance and support including training users on the use of software. Full documentation at each stage of the software development process to include requirements documentation, software design specifications/models, ER Diagrams, fully documented source code, test plans/results, requirements traceability matrices, and user manuals and training material. Database administration including designing application databases, making updates to database tables, adding new database tables, performing backups. Web server system administration, including troubleshooting problems with servers, performing back-ups of the data contained on server, and updating associated operating systems, applying security patches, and maintaining patches of the associated database and web server software. General web support including the design and creation of new web pages, maps, graphics, and written text. Developing business process models and requirements with stakeholders and translating these into system implementations to support business goals. Analysis of existing software systems and identifying data and functionality to expose as web services within a Service oriented architecture in support of business process requirements. Project management including weekly status reporting on all software development activities using Earned Value Management methodology. This request is for interested 8(a) firms with the capability of providing the required services above to submit a capability statement to assist the Government in determining in accordance with FAR 19.8 whether or not the procurement will be set-aside under the 8(a) program on a sole source basis. Capability Statements should demonstrate proficiency and experience in the following technologies: Microsoft SQL Server, StarTeam, Visual Studio 2005, Visual Studio 2003, Apache Tomcat, Handysoft Bizflow, Borland Delphi, rMarge, Adobe Creative Suite Web Edition (Photoshop, Dreamweaver, Fireworks), Microsoft Office Suite, Rich Text control, Tx Text Control, Keyoti Rapid Spell checker, Pearl, JNBridge, XmlPDF, Crystal Reports / Business Objects, Veritas Backup Exec, Microsoft IIS Server (Version 4.x or later), MacroMedia JRun (Version 3.0 or later), StarTeam Server (source code version control), Network Protocols (TCP/IP, HTTP), Web portals/portlets – JSR 168, Lombardi BPM software including Teamworks, MOSS 2007, MS.NET 2.X, 3.X, JAVA, NIH eRA Impac II. In addition, the capability statement should demonstrate the following Manager / Team Lead and Corporate Capabilities: Project Manager with PMP certification, and software development and management experience with a degree in Computer Science or related field. Experience in managing large scale software de¬vel¬op¬ment efforts with multiple projects running simultaneously. Team leads with computer science degree or degree in related fields, Experience with IT systems development and maintenance in the following areas: research grants, research contracts, clinical systems, Experience with Business Process Management, Experience with Service Oriented Architecture Offerors are required to provide documentation of past performance as it pertains to the work to be performed, including, but not limited to: Project location, Project description, Project size, Project cost, Subcontractor relationships. Offerors are encouraged to provide documentation of past performance for any proposed subcontractor partnerships. Please include a description of the role and services subcontractor partners will provide as they relate to the tasks required by this announcement. The intended procurement will be classified under the North American Industrial Classification (NAICS) code 541513 with a size standard of $23 million. All respondents are requested to identify their firms status under the 8(a) program; this indication should be clearly marked on the first page of your capability statement. All proprietary information should be marked as such. Interested firms responding to this market survey must provide a capability statement in sufficient detail in order to demonstrate their experience, skills and capability as requested above. A copy of your capability statement must be received electronically in MS Word or Adobe Portable Document Format (PDF) to Christopher Belt at the following email address; cbelt@nhlbi.nih.gov, no later than May 21, 2008 (5:00pm local time). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9bf1605506ff3d666861d5605d175f3&tab=core&_cview=1)
 
Record
SN01568241-W 20080509/080507215631-d9bf1605506ff3d666861d5605d175f3 (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.