Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

70 -- MS200 Software Installation & Maintenance

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2010528
 
Archive Date
6/5/2010
 
Point of Contact
Jeffery Battle, Phone: 301.443.7185, Joyce McCoy, Phone: 301-402-0772
 
E-Mail Address
battlej2@mail.nih.gov, joyce.mccoy@nih.gov
(battlej2@mail.nih.gov, joyce.mccoy@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institutes of Health is conducting a MARKET SURVEY to determine the availability and capability of business sources, including, HUBZone, Service-Disabled Veteran-Owned, 8(a), veteran owned, Women-Owned, or small disadvantaged business concerns capable of providing continue MS2000 software maintenance for software development and NIH internet interface development of the NIH Computerized Maintenance Management System (CMMS). This notice is conducted according to FAR subpart 19.2 to survey the capabilities of small business to provide the required services/supplies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is NIHOF2010528 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-40 (March 23, 2010). The North American Industry Classification System (NAICS) Code is 541511 and the business size standard is $25.0 million. This acquisition is being conducted using Acquisition of Commercial Items in accordance with FAR Part 12. It is the intent of the National Institutes of Health (NIH), Office of Research Facilities (ORF) to facilitate the acquisition for the continuation of MS2000 software maintenance and the software development for NIH intranet interface of the NIH Computerized Maintenance Management System MS2000 (CMMS) and four (4) years of manufactory software support for the Real Properly Management Office. MicroMain owns the copyright and license to the system. The NIH Division of Property Management (DPM) Real Property Management Office (RPMO) is responsible for facilities maintenance and operations at NIH. The RPMO is responsible for the planning design, construction, operation, maintenance and alteration of these facilities, which include 67 laboratories office and patient care buildings providing 6 million square feet of work area spread over 306 acres, a 500 acre farm in Poolesville Maryland, plus several rental buildings in the Washington DC, metropolitan area. The RPMO provides a world-class physical environment to support biomedical research through a commitment to excellence customer satisfaction, timely delivery of quality services, and effective management of resources. The Vendor Shall: a. Develop the updated coding and software to support NIH services in the RPMO, specifically the added web services to access completed work orders and filtering of work orders to provide better access to service tables, shops and, work orders tables. The development of the MS2000 database will include the SQL table interface and the development of the ASP.Net, web reference pages used to support the database min information, for customers, staff and managers. b. Develop a user sign-in with the NIH identity verification. The NIH will provide a model to use,for the MS2000 customer sign in. The web login information will be verified through the NIH enterprise directory (NED) maintained for employee services. http://orf2.od.nih.gov/58000/WRnewX.asp. c. Modify the Help Desk module of MS2000 so the Call Center operator can access all services on the NIH secure network using asp. net. This will provide for the deployment of the Call Center to alternate locations for disaster and preparedness operations. The Call Center agents will be allowed perform their duties from alternate locations as web based service, accessing all tools and services currently provided on the help desk module. d. Software development to modify the current MS2000 NIH report module into the asp.net format and prioritize users for access to the reports specifically to support business units within the NIH DPM. Control for access to the new web tools will be setup as a login group. https://orfnet.od.nih.gov/msWeb/default/aspx e. Provide technical propriety support for the manufacturers software and develop the parts interface for continued performance tracking. The continuous improvement and reliability of the CCMS providers management reports and oversight for the NIH f. Provide five hundred (500) hours to develop and improve the CMMS interface between MS2000 and the parts supplier. Provide five hundred and fifty (550) hours to develop a web interface of the Call Center, help desk and business units within NIH. g. Provide yearly maintenance agreement for the base year and four (4) options years. Provide support via telephone, fax, and email, free upgrades and corrections for software errors. Provide reasonable business efforts to respond to and resolve support issues. Most responses shall take place the same day. Personnel Requirements: a. SQL database experience with MicroMain applications and services. b. Support MicroMain product for five (5) years. c. Previous ASP.net development experience, specifically with NIH MicroMain MS2000 system. d. Minimum of five (5) years experience with ASP.net. e. Minimum of five (5) years experience with SQL databases. Deliverables a. Vendor shall deliver Technical Progress Report Bi-Weekly on the development of software and web services parts. Including a project timeline, demonstrations, period of performance, project personnel and project personnel and projected hours versus billed hours of development time. b. Vendor shall deliver a summary of the monthly services provided under the maintenance agreement. Including the number of calls per month by time and date, NIH contact, problem reported, urgency of problem, Help Desk operator's name (s), Help Desk solution and Help Desk recommendation. c. Vendor shall deliver a schedule for each performance task including the development; SQL task for the customer sign in, SQL for help desk task, SQL for reports task, SQL for the ASP.net task, testing and deployment of software. This acquisition is Firm Fixed Price and solicited on a Brand Name basis in accordance with FAR 6.302-1. Configuration and compatibility issues justify the use of brand names. Only Open Market Pricing will be considered. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order/contract to the responsible offeror whose offer conforms to the requirements, as stated, in this synopsis and is most advantageous to the Government based on the lowest price, technically acceptable. The Government reserves the right to make an award without discussions. The offer must include complete copies of the following provisions: (1) FAR Clause 52.212-1, Instructions to Offerors-Commercial (JUNE 2008); (2) FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999). As stated in FAR Clause 52.212-2(a), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical evaluation, (b) price; (3) FAR Clause 52.212-3, Offeror Representation and Certifications-- Commercial Items (AUG 2009); (4) FAR Clause 52.212-4, Contract Terms and Conditions --Commercial Items (MAR 2009); and (5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-- Commercial Items (FEB 2010). This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. Interested parties may identify their interest and capabilities to respond to the requirement by submitting a quote for brand name equipment or the equivalent (EXACT MATCH ONLY). This notice of intent is not a request for competitive quotations, however, all responses received within 10 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the delivery terms (Destination or Origin), the Duns and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. NOTE: In order to receive an award from the Government, the contractors must have a valid registration in the Central Contractors Registration (CCR) www.ccr.gov. The clauses are available in full text at https://www.acquisition.gov/FAR/loadmainre.html. Interested vendors capable of furnishing the Government with the items specified in this synopsis should submit their quotation to robinsonp@mail.nih.gov. Quotations will be due May 21, 2010, at 12:00 pm (EST), Eastern Standard Time. The quotation must reference Solicitation Number NIHOF20105284. Quotes must be valid for sixty (60) days after due date. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, Office of Research Facilities, 9000 Rockville Pike, Building 13, Room 2E48D, Attention: Paul Robinson, Bethesda, MD 20892. Faxed copies will not be accepted. E-mail copies will be accepted. "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities in accordance with the FAR Part 5. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2010528/listing.html)
 
Place of Performance
Address: National Institutes of Health, Office of Acquisitions, 9000 Rockville Pike, Bldg. 13, Room 2E47, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02147872-W 20100514/100512235241-e5728abd647f727338989153a44f695d (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.