Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOURCES SOUGHT

D -- IT Software Application Services

Notice Date
3/30/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
P169345
 
Archive Date
4/30/2010
 
Point of Contact
Brian J. Lind, Phone: 301-402-0735
 
E-Mail Address
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Market Survey Notification The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The National Institutes of Health (NIH), Clinical Center (CC) the Department of Clinical research Informatics (DCRI) has a requirement for the services of a contract consultant to provide computer system support services for a number of PowerBuilder, Microsoft Active Server pages, Microsoft.Net and Sybase applications. The applicable North American Industrial Classification System (NAICS) code is 541511 and the small business size standard is $25 million dollars. The contractor must demonstrate they have the requisite experience in providing assessment, maintenance and development of existing workgroup systems. Maintenance shall include upgrading, converting, rewriting, testing, developing and documenting functional requirements, system specifications, procedures, routines, data dictionaries, input-output files, layouts, screens, reports and all other areas commonly associated with standard system maintenance. The Contractor shall troubleshoot all networking, operating systems and application software issues on computer systems identified for operation of the systems. In addition the contractor shall analyze, coordinate, manage, develop, test, install and maintain other systems as directed by the government. The Contractor shall be capable of providing the following services at the request of the Government: • System assessments • System requirements analyses • System specifications • Interface design • System implementation • System design • System development • Report development • System back-up implementation • Documentation development • Software conversion The contractor responses must demonstrate their expertise in ALL of the following items. Please note that failure to specifically demonstrate capability to provide the required services in your response to this market survey may affect the Government's review of the contractor's ability to perform these services. The contractor's response shall be in sufficient detail as to allow the Government the ability to assess the capability of your firm. The CC systems to be maintained are as follows; • Occurrence reporting system • Payment Tracker • Patient tracker • Press Log • Pharmacology Seminar registration • Master user database • Critical Care tracking • Psychiatric consult tracking • Additional systems shall be added at the direction of the Government Personnel Experience Contractor personnel should have fifteen (15) or more years of experience successfully performing the task referenced in paragraph three (3) above. Hospital Systems Experience - All contractor personnel shall have six (6) or more years of recent experience successfully performing tasks as referenced above in paragraphs 3 and 4 for custom hospital administrative and clinical applications. Specific Experience - All contractor personnel shall have four (4) or more years of recent experience with each of the following software systems and tools; i. Sybase Adaptive Server Enterprise versions 11, 12 and 15 ii. Microsoft SQL server version 2000 and 2003 iii. Microsoft.net framework 2.0, C# with AJAX extensions and AJAX iv. Adobe Flash MX v. Adobe Photoshop CS2 vi. Erwin Data Modeler vii. Microsoft Visual Studio 2005 viii. ACIUS 4th Dimension version 6 Deliverables The contractor shall prepare monthly status reports and forward them to the Government. The contractor shall produce the following documentation for each of systems listed under Specific Experience heading above; as required and directed by the Government; 1. System assessment reports 2. Functional requirements documents 3. System specifications 4. Maintenance and user manuals 5. All other documentation as specified by the Government. Project and Configuration Management Project Management Methodology - The contractor shall develop, maintain, manage, test, implement and deploy all applications in accordance with the current department approved Project Management Methodology. This methodology is provided in Appendix A - Project Management Methodology at the end of this document. Configuration Management - The contractor shall follow the current Configuration Management Process. This process is provided in Appendix B at the end of this document. The contractor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Contract based upon Contractor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Contractors must send written capability responses by April 15, 2010 to Mr. Brian Lind, Contract Specialist at Lindbj@cc.nih.gov or by mail at the address below. For any questions please contact Mr. Brian Lind at 301-402-0735. Mr. Brian Lind Contract Specialist Clinical Center Office of Purchasing and Contracts 6707 Democracy Boulevard Suite 106F, MSC 5480 Bethesda, MD 20892-5480
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/P169345/listing.html)
 
Place of Performance
Address: National Institutes of Health, 10 Center Drive, Building 10 Room 1C290, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02106662-W 20100401/100330235147-4a41948dad8ff9db52e776eaa5a9db14 (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.