Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

D -- ANSO Annual Software Maintenance Renewal

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
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
RFQ170297
 
Point of Contact
Andrea L. McGee, Phone: 3015945918
 
E-Mail Address
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. 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 RFQ170297 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 511210. BACKGROUND OF THE PURPOSE OF THE PROCUREMENT Nursing and Patient Care Services (NPCS) is the nursing service within the NIH Clinical Center, the nation’s largest clinical research hospital. NPCS exists to provide nursing care and research support services for patients participating in clinical research studies conducted by investigators within the Intramural Research Programs at the National Institutes of Health’s Bethesda campus. NPCS is organized into two clinical departments, Inpatient Services and Ambulatory Care Services. As integral research team members, Clinical Center nurses support the design, coordination, implementation, and dissemination of clinical research by NIH investigators, with a strong focus on patient safety, continuity of care and informed participation. Due to the fast paced often complex level of patient care required within the Clinical Center and the Institutes supported by NPCS, the need for an intensity software system to effectively track and allocate nursing resources has been identified. There is an emerging need to gain a better understanding of patient care complexity in order to most effectively utilize NPCS’ nursing resources in addition to extend budgetary and strategic planning capabilities. In doing so the NPCS will be able to identify and analyze trends in our patient care population and workload that will provide us the opportunity for improved productivity and the highest standard for patient care expectations. The Nursing & Patient Care Services relies heavily on this system for ensuring daily adequate coverage of nursing staff on the patient care units.. PURPOSE This Statement of Work pertains to the continuation of maintenance for ANSOS software utilized by Nursing and Patient Care Services. The ANSOS software allows NPCS to incorporate changing patient care needs to aid in the determination and ultimate deployments of NPCS nurses dependant on need. It also allows the availability for real-time data that ensures daily adequate coverage of nursing staff on the patient care units and determining the amount of staff care required. Statement of Objectives Nursing and Patient Care Services will continue to utilize this software which allows unrivaled integration with thousands of hardware devices and provides the ability for advanced analysis and data visualization. STATEMENT OF WORK The contractor agrees to provide Software Maintenance and Support to Users (Nursing & Patient Care Services) as follows: •Will maintain a hot line telephone service during the hours of 8:00 am to 8:00 pm EST, Monday – Friday, excluding major holidays, for the purpose of receiving notification of suspected Software Failures and for questions about Software by the users. •Will immediately determine whether software failure has occurred. •Will repair software as soon as possible to perform as intended, will send user diskettes by overnight mail. •If not a software failure, will provide telephone support to users in correcting the problem, but will not be obligated to provide, by itself, repair services. •While this agreement is in force, Company will provide to users such software updates as the company will from time to time, develop, at no cost to the users. These updates will be provided on diskettes mailed to the user, with instructions on installation and use. Place of Performance The work shall be performed on-site in the Nursing and Patient Care Services at the National Institutes of Health, Mark O. Hatfield Clinical Research Center. PERIOD OF PERFORMANCE March 2010 – December 2010 EVALUATION CRITERIA Effectively allocate nursing resources to safely meet patient care requirements – 50 pts Generate information for budgeting and strategic planning on both unit and departmental levels- 25 pts Retain information needed for licensure, certification, credentialing and staffing – 25 pts 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 15 days from the posting of this notice no later than _3/10/2010 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 _3/31/2010. 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, _03/08/2010. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ170297/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02073739-W 20100226/100224235104-792db642ec05221f418f67d95128ba79 (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.