Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOURCES SOUGHT

65 -- RECOVERY ACT ACTION-Picture Archiving and Communication System Upgrade - Draft SOW

Notice Date
7/2/2009
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIHCL2009036
 
Archive Date
7/28/2009
 
Point of Contact
Barbara Taylor, Phone: 301-594-5915, Deeshanae Jenkins, Phone: 301402-0608
 
E-Mail Address
Barbara_Taylor@nih.gov, jenkinsds@cc.nih.gov
(Barbara_Taylor@nih.gov, jenkinsds@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a Request for Proposal (RFP). This is a sources sought notice solely issued to identify a qualified small business firm capable of providing an upgrade to an existing Picture Archiving and Communication System (PACS) located in the Department of Radiology and Imaging Sciences. This department provides imaging services to the National Institutes of Health Clinical Center’s patients who participate in research protocols conducted by the various NIH Institutes. Imaging services include X-rays, fluoroscopy, mammography, ultrasound, magnetic resonance imaging (MRI) scans, computed tomography (CT) scans and interventional radiology (special procedures). Diagnostic services in ultrasound, digital mammography, positron emission tomography/computed tomography (PET/CT), and nuclear medicine are also provided. All these diagnostic modalities generate clinical diagnostic images that are sent to and archived on the Department of Radiology and Imaging Science’s Picture Archiving and Communication System (PACS). RECOVERY SOURCES SOUGHT NOTICE PURPOSE: The purpose of this Sources Sought Notice is to identify qualified small business concerns including small disadvantaged businesses, women-owned small businesses, HUBZone small businesses, and Service-Disabled Veteran-owned small business firms that are interested in and capable of performing the work described herein. We encourage teaming. The Office of Purchasing and Contracts does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the office. A determination by the Government not to compete this requirement as a set-aside or determine the requirement to be sole source based upon responses to this Notice is solely within the discretion of the Government. Interested parties are expected to review this Notice and the draft Statement of Work to become familiar with the requirements of this project; failure to do so will be at your firm’s own risk. As a result of this Sources Sought Notice, the Office of Purchasing and Contracts may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the Office of Purchasing and Contracts shall arise as a result of a response to this Sources Sought Notice or the Office of Purchasing and Contracts use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The purpose of this project is to locate a provider who can provide an upgrade to the PAC System currently utilized within NIH, Department of Radiology and Imaging Sciences. The upgraded system must significantly decrease clinical diagnostic viewing times, it must increase reliability, it must provide state of the art viewing capabilities, it must interface with all the devices and systems currently supported by the existing PACS and it must meet NIH’s security and confidentiality specifications. Furthermore the upgrade must be completed within the time limitation created by the NIH Clinical Center’s data center move scheduled for December 31, 2009. The NIH is thus pursuing a contractor capable of providing a smooth, virtually seamless, upgrade of the Carestream Health’s V10.1 PACS within an extremely tight, time constrained setting. SEE DRAFT STATEMENT OF WORK FOR ALL TECHNICAL REQUIREMENTS AND SPECIFICATIONS Description of Information to be included in the Capability Statement: Tailored Capability Statements shall demonstrate a clear understanding of all requirements specified in the draft SOW. Tailored Capability Statements for this requirement shall address the following three (3) areas: 1) The organization’s technical understanding /approach to meeting the objectives in draft SOW, including timelines and migration of proprietary data from existing system. 2) Contractor must be able to furnish the equipment- hardware/software, along with installation, training, and support requirements in draft SOW. 3) Contractor must meet all security, HIPAA, and integration standards as outlined in SOW. A copy of the draft Statement of Work (SOW), which is subject to revisions, may be accessed in the attachment. NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 334510 with a size standard of 500 Employees is being considered. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 15 single sided pages including all attachments, resumes, charts, etc... (single spaced, 12 point font minimum) that clearly details the firm’s ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Tailored capability statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern’s name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. If there are any responsible contractors who meet the capabilities cited to perform the requirement, they may submit experience, capabilities and qualifications as outlined above which will be considered by the NIH. This notice of intent is not a request for competitive proposals. However, all information received within ten (10) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon reasons to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement. 2. Due Date: Tailored capability statements are due no later than 4:00PM (Eastern Prevailing Time) on July 13, 2009. 3. Number of Copies and Delivery Point: 5 Barbara Taylor, Contracting Officer Office of Acquisitions, CC 6707 Democracy Blvd, Suite 106 Bethesda, MD 20892-0001 Please submit one (1) original and four (4) copies of your response as follows: All responses must be received at OPC by the specified due date and time in order to be considered. The original document must be readily accessible for date stamping purposes. Facsimile responses will not be accepted. Point of Contact: Inquiries concerning this Notice may be direct to: Barbara Taylor, Contracting Officer E-mail: taylorb@nih.gov or Phone: 301-594-5915 ATTACHMENTS: Draft Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCL2009036/listing.html)
 
Place of Performance
Address: NATIONAL INSTITUTES OF HEALTH, CLINICAL CENTER, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01864584-W 20090704/090703000919-3b75c356f47e42b12be6041163532edb (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.