Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
MODIFICATION

R -- NIH Data Center Infrastructure Professional Support Services

Notice Date
12/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
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
11-037-CYC
 
Archive Date
2/1/2011
 
Point of Contact
Cara Y Calimano, Phone: 301 496-6127
 
E-Mail Address
CalimaC@mail.nlm.nih.gov
(CalimaC@mail.nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Modification Three (3) is hereby issued to correct that this requirement is not a small business set aside. ALL OTHER INFORMATION REMAINS UNCHANGED. Modification Two (2) is hereby issued to extend the electronic emailed proposal submission date until 12noon EST January 17, 2010. The original and hardcopies are to due no later than 12noon EST January 19, 2010. ALL OTHER INFORMATION REMAINS UNCHANGED. This Modification is hereby issued to explain the proposal submission requirements. An emailed electronic copy of the proposal is to be submitted to cc436e@nih.gov by no later than 12noon EST on January 3, 2011. An original hardcopy and two copies are to be mailed to me directly by no later than 12noon EST on January 5, 2011. Mailing address is: Cara Y. Calimano Contract Specialist National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite 105 MSC 5488 Bethesda, MD 20892-5488 (20817 for courier services) **ALL OTHER INFORMATION WITHIN THIS NOTICE REMAINS UNCHANGED** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information contained in this notice. The procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5. This announcement constitutes the formal Request for Quotation (RFQ) NLM-11-037-CYC and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through July 2010 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars 2005-42. The NAICS code is 541513. It is the intent of the Center for Information Technology (CIT), National Institutes of Health (NIH), to negotiate for NIH Data Center Infrastructure Professional Support Services for CIT's Division of Computer System Services (DCSS), Data Center Operations Branch (DCOB). CIT's mission is to provide, coordinate, and manage information technology and to advance computational science. CIT supports NIH's research and management programs with efficient, cost-effective information systems, networking services, and telecommunications services. The Contractor shall provide Data Center Infrastructure Professional Support Services to: (1) Purchase Order Management; (2) Emergency Power Systems Support ; (3) Mechanical System Support; (4) Data Center Environmental Monitoring Technical Services and Support; (5) Site Assessments and Risk Analysis; (6) Operations, Maintenance and Integration services; (7) Design/Construction Management; (8) Commissioning; (9) Onsite Staffing; (10) 24/7 Equipment Monitoring (11) Other Services and (12) Phase-Out Plan. A prospective offeror may request and receive a physical walkthrough of the locations in the Building 12 Complex to view the Data Center environment specified in Provision 5.0, TASKS, of the Statement of Work. Walkthroughs will be provided during the hours of 8:30 am - 4:00 pm, local prevailing time, at the convenience of the Government. An offeror requesting a walkthrough should contact the following individual: Ed Suiter, 301.496.7352, esi@mail.nih.gov or Paul Powell, 301.496.5815, powellp@mail.nih.gov. The purchase order term will be for a 12-month Base Period beginning at the date of award with Two (2) twelve month option periods for approximately 32,500 labor hours on a Time-and-Materials basis [FAR 16.601]. EVALUATION FACTORS FOR AWARD The technical proposal will receive paramount consideration over price or cost factors. The evaluation will be based, in addition to price, on a written proposal detailing the demonstrated capabilities of the prospective vendor in relation to the needs of the project as set forth in the Statement of Work. Offerors must submit information sufficient to allow the NLM to evaluate the following criteria for award. (1) Experience and Expertise of Proposed Staff (40 Points) - the offeror's staff will be evaluated based on descriptions of key roles and submitted resumes and "Letters of Commitment" illustrating an appropriate skill mix; and experience of key staff and other proposed technical, management, and project support staff; (2) Corporate Capabilities and Past Performance (50 Points) - This criterion refers to the offeror's corporate resources and capabilities and performance results (outcomes) of similar tasks for the NIH or in other government contract efforts of similar magnitude. These contracts and projects must have been completed within the past three (3) years or currently in progress for services similar to the requirements specified in the Statement of Work. The offeror's corporate capabilities will be evaluated based on the offeror's description and discussion of its corporation and any proposed subcontractors demonstrating corporate resources and capabilities to perform the Task Areas contained in the Statement of Work. The Government may conduct reference checks in order to determine the offeror's corporate past performance; (3) Technical and Management Approach (10 Points) - this refers to the manner in which the offeror proposes to plan, manage, control, and provide the services and deliverables under a Labor Hour award mechanism and as specified in the Statement of Work. The offeror's proposed technical and management approach must include a performance-based management system that would track milestones, cost, schedule, and performance requirements. Evidence of a successful approach will strengthen this area. Examples of performance measures might include adherence to milestone schedules, error rates, and levels of customer satisfaction. An award will be made to the one offeror who represents the best value to the Government whereby each of the three evaluation criteria is given equal value and, when combined, are more important than price. ** The Statement of Work (SOW) of this requirement is attached to this solicitation. ** The contractor shall comply with all applicable Federal, State, and local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR): http://www.arnet.gov/far/. The FAR provisions and clauses sited herein are incorporated by reference into this solicitation. Offerors are advised to propose in accordance with the provision of FAR 52.212 1, Instructions to Offerors Commercial Items (June 2008). FAR 52.212-2, Evaluation - Commercial Items (January 1999). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212 3, Offeror Representations and Certifications Commercial Items (August 2009). The following FAR clauses apply to this acquisition: FAR 52.212 4, Contract Terms and Conditions Commercial Items (June 2010); FAR 52 212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2010). This requirement is being processed for CIT by the National Library of Medicine (NLM), NIH. All proposals received by January 3, 2011, 12:00 P.M. (Eastern Standard Time) will be considered by NLM. Responses must be in writing, and must include pricing information and meet the criteria requirement. All responses from responsible sources will be considered. Inquiries regarding this procurement may be made to the National Library of Medicine, Office of Acquisitions, 6707Democracy Boulevard, Suite 105, Bethesda, Maryland 20894-5488 (20817 for courier services), Attention: Cara Y. Calimano, Contract Specialist, on (301) 496-6546. Please submit ONE (1) signed original and TWO (2) copies of the proposals by 12:00 PM EST, Januray 5, 2010 to: Cara Y. Calimano Contract Specialist National Library of Medicine, NIH Office of Acquisitions 6707 Democracy Blvd., Suite 105 MSC 5488 Bethesda, MD 20892-5488 (20817 for courier services)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/11-037-CYC/listing.html)
 
Place of Performance
Address: 12 South Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02351430-W 20101230/101228233845-117951ff28086bc03377b0e7abd586a7 (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.