Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
MODIFICATION

R -- Cognos Training

Notice Date
4/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
611420 — Computer Training
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NLM-10-106RS
 
Archive Date
5/21/2010
 
Point of Contact
Ryan L Singletary, Phone: 301-496-6546
 
E-Mail Address
Ryan.singletary@nih.gov
(Ryan.singletary@nih.gov)
 
Small Business Set-Aside
Emerging Small Business
 
Description
In accordance with FAR Part 12 and FAR Part 13, Simplified Acquisition procedures, the National Library of Medicine of the National Institutes of Health intends to procure Cognos Training. This acquisition is a 100% small business set-aside. North American Industry Classification System (NAICS) Code is 611420 with a small business standard of $7.0 million. All responsible sources that can provide the services and meet the requirements may respond to this solicitation by submitting a quote to ryan.singletary@nih.gov. Award will be made by a Government Purchase Order. Closing date and time for receipt of quotes will be on May 6, 2010 at 5 pm. The NLM is looking for small businesses that are IBM authorized vendors who can provide two separate Cognos training courses for NLM users. The names of the courses are as follows: • IBM Cognos 8 Bl Report Studio: Author Professional Reports Fundamentals (V8.4) • IBM Cognos 8 Bl Report Studio: Author Professional Reports Advanced (V8.4) Contractor shall provide a comprehensive training solution that allows for the purchase and deployment of products and services. The Contractor(s) shall furnish the necessary personnel, products, materials and other services required to accomplish the services requested in this SOW. At all times, the Contractor(s) shall ensure that the training solution is in compliance with the corresponding NLM policies, guidelines, and standards, as well as industry best practices. We intend on having the delivery of the two classes separated by 30 days. Place of Performance: Tasking will be performed at the facilities of National Library of Medicine. Coordination activities will be conducted at the National Library of Medicine Building 38A, National Institutes of Health main campus, located in Bethesda, Maryland, in addition to the other NIH locations. Requirements: Listed below are mandatory requirements that the Offeror shall meet to be considered eligible to provide services to NLM under this Statement of Work. The Offeror, in the proposal response to this Statement of Work, shall describe how the Offeror satisfies the mandatory requirements described below: • The Offeror shall be an IBM authorized vendor. • The Offeror shall be able to provide complete training that is thorough and understandable. • The Offeror shall provide software and training materials. • The Offeror shall provide training at a location provided by NLM. • The Offeror shall provide On-site hands-on training for NLM staff members. • The Offeror shall provide training materials that will remain with the NLM staff members for future reference. Anticipated Period of Performance: It is anticipated that the period of performance shall be three months from the date of award. All interested parties shall submit electronic responses to Ryan Singletary at ryan.singletary@nih.gov. Responses must be received no later than 4:00 PM EST on May 6, 2010. Please reference solicitation number NLM-10-106-RS on all correspondence to this notice. Questions and inquiries regarding this notice may be sent to ryan.singletary@nih.gov until April 30, 2010. EVALUATION CRITERIA In determining which offer represents the best value to meet the Government's needs, the Government shall evaluate responses using the following evaluation criteria that are listed in descending order of priority: The technical proposal will receive paramount consideration in the selection of the offerors for this acquisition. In the event that the technical evaluation reveals that two or more offerors are approximately equal in the technical ability, then cost may become a significant factor in determining award. In any event, the government reserves the right to make an award based on a best value determination, cost and other factors considered. Factors Total Possible: 100 pts. 1.Understanding the Requirements/Technical Approach -Points: 40 2. PastPerformance - Points: 40 3. Corporate Experience - Points: 20 1. Understanding the Requirements/Technical Approach The Offeror shall provide a technical approach for performing the tasks described in the SOW and its corresponding deliverables. The Offeror's technical approach for implementation shall be evaluated based on the Offeror's demonstrated understanding of the specific objectives, intent, and requirements of the work. 2. Past Performance Offerors are required to demonstrate their ability to conform to project specifications and quality standards and adherence to delivery schedules. Offerors should illustrate their reputation for reasonable and cooperative behavior and commitment to customer satisfaction. 3. Corporate Experience Evidence of related experience with training of similar classes should be provided. Evidence should be provided to support the needed staffing levels for this project to assure adequate coverage and timely project deliveries and completion. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-22 12:43:55">Apr 22, 2010 12:43 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-27 10:39:57">Apr 27, 2010 10:39 am Track Changes This amendment is created to add additional information: There are 12 students scheduled for each training class. We intend on having the delivery of the two classes separated by 30 days. To clarify how the proposals will be evaluated we have added this language: EVALUATION CRITERIA In determining which offer represents the best value to meet the Government's needs, the Government shall evaluate responses using the following evaluation criteria that are listed in descending order of priority: The technical proposal will receive paramount consideration in the selection of the offerors for this acquisition. In the event that the technical evaluation reveals that two or more offerors are approximately equal in the technical ability, then cost may become a significant factor in determining award. In any event, the government reserves the right to make an award based on a best value determination, cost and other factors considered. Factors Total Possible: 100 pts. 1. Understanding the Requirements/Technical Approach -Points: 40 2. Past Performance - Points: 40 3. Corporate Experience - Points: 20 1. Understanding the Requirements/Technical Approach The Offeror shall provide a technical approach for performing the tasks described in the SOW and its corresponding deliverables. The Offeror's technical approach for implementation shall be evaluated based on the Offeror's demonstrated understanding of the specific objectives, intent, and requirements of the work. 2. Past Performance Offerors are required to demonstrate their ability to conform to project specifications and quality standards and adherence to delivery schedules. Offerors should illustrate their reputation for reasonable and cooperative behavior and commitment to customer satisfaction. 3. Corporate Experience Evidence of related experience with training of similar classes should be provided. Evidence should be provided to support the needed staffing levels for this project to assure adequate coverage and timely project deliveries and completion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-10-106RS/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20894, United States
Zip Code: 20894
 
Record
SN02133798-W 20100429/100427235502-5580359c685ba06501628bb389b39dee (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.