Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
DOCUMENT

D -- Request Tracker Upgrade - Statement of Work

Notice Date
9/12/2008
 
Notice Type
Statement of Work
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, Maryland, 20894
 
ZIP Code
20894
 
Solicitation Number
08-218-CYC
 
Archive Date
10/14/2008
 
Point of Contact
Cara Y Calimano,, Phone: 301 496-6546
 
E-Mail Address
CalimaC@mail.nlm.nih.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13. This solicitation document incorporates provisions and clauses that are in effect through the June 2008 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-26. This announcement constitutes the formal Request for Quotation (RFQ) and NO additional written solicitation will be issued. It is the intent of the National Library of Medicine (NLM) on behalf of the Lister Hill Center (LHC) to procure upgrade services for the Return Tracking (RT) System from Best Practical on a sole source basis. LHC Request Tracking system (LHC RT) is in need of several enhancements which are not available on open source RT version. The enhancements are needed to provide the administrators of RT as well as LHC users better usage experience as well as improve the abilities of RT offerings. Best Practical is the company that written RT. They have the knowledge, understanding and capable software engineer that can quickly and efficiently modify existing RT source codes to provide the required enhancement that LHC is asking for. By having Best Practical company to work on this project will ensure the task to be within budget, on time delivery and ensure future RT version release will work with these enhancements. This notice of intent is not a request for competitive quotations however, all responses received, within 15 days from the date of publication of this synopsis will be considered by NLM. Information received in a timely manner will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government to conduct a competition for this proposed acquisition based upon responses to this notice is solely within the discretion of the Government. The quoter shall include all information which documents and/or supports the qualification criteria in one clearly marked section of its quotation. Offeror must complete required registration in the Central Contractor Registration (CCR) database. The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/index.html. The following clauses and provisions apply to this acquisition and may be obtained from the web site: FAR 52.213-4, Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (February 2008); FAR 52.227-14, Rights in Data-General (June 1987) with Alternate III (June 1987); FAR 52.204-6, Data Universal Numbering System (DUNS) Number (October 2003); FAR 52.204-7, Central Contractor Registration (July 2006). NLM Synopsis No. 08-218-CYC shall be noted on all correspondence to this announcement. RESPONSES SHALL BE SENT VIA EMAIL TO: Cara Calimano at cc436e@nih.gov. FAXED OR MAILED RESPONSES WILL NOT BE ACCEPTED. Inquiries regarding this notice may be made to Cara Calimano, Contract Specialist at (301) 496-6546.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af3fa017e9036a600df3c4bf28423deb&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: 08-218 Statement of Work. (Best Practical SOW_CR-RT-Programming-Services-1 08.doc)
Link: https://www.fbo.gov//utils/view?id=92abbeef319f07943b5b12b7e126e3fb
Bytes: 236.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 6707 Democracy Blvd., Suite 510, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01669122-W 20080914/080912222707-af3fa017e9036a600df3c4bf28423deb (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.