Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

D -- Core Facilities Management Solution

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2011-295-RMD
 
Archive Date
9/21/2011
 
Point of Contact
Renee Dougherty, Phone: 301-435-7920, Joanna M. Magginas, Phone: (301) 435-0360
 
E-Mail Address
dougherr@nhlbi.nih.gov, Magginaj@nhlbi.nih.gov
(dougherr@nhlbi.nih.gov, Magginaj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified in FAR SUBPART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number for this acquisition is NHLBI-CSB-(HO)-2011-295-RMD and is issued as a Request for Quotation (RFQ). The acquisition will be made pursuant to the authority in FAR Part 13.3 Simplified Acquisition Methods, and FAR Part 13.5 Test Program for Certain Commercial Items. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-53 (August 04, 2011). The total contracted dollar amount, including options, will not exceed $6.5 million. This acquisition is being conducted under full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 541513 - Computer Facilities Management Services and the associated small business size standard is $25.0 million. The period of performance of this acquisition is anticipated to be twelve (12) months from the date of award. The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. The National Heart, Lung, and Blood Institute (NHLBI), intends to award a fixed price purchase order for a core facilities management solution as described below: Statement of Work: The National Heart, Lung, and Blood Institute's Division of Intramural Research (DIR) is looking for a comprehensive core facilities management solution to support and enhance the daily operations (scheduling, request tracking, inventory management, and billing) for approximately 15 diverse Core Facilities, and to assist the administration in tracking and reporting on Core Facility usage. The DIR Core Facilities provide scientific resources, cutting-edge technologies, and novel approaches to support the DIR investigators. The DIR is in search of a vendor who has a Software as a Service (SaaS) offering they believe is capable of meeting the needs that derive from the unique mission of the DIR and its Core Facilities. Reporting Requirements: Item Type of Report Due Date Recipients & Number of Copies A) Monthly Status Report(Implementation Phase) On the 15th of the month following the end of each monthly reporting period. The first reporting period begins on the date of contract award and ends the first full calendar month afterwards. 1 paper copy and 1 electronic version to the Contracting Officer's Technical Representative (COTR). B) Monthly Status Report(Post- Implementation Phase) On the 15th of the month following the end of each monthly reporting period. The first reporting period begins once implementation has been completed. 1 paper copy and 1 electronic version to the COTR. C) Implementation Schedule Within two (2) weeks of contract award 1 paper copy and 1 electronic version to the COTR. D) CONOPs (Concept of Operations) Within in one (1) month of contract award 1 paper copy and 1 electronic version to the COTR. E) Training Materials Within in one (1) month of contract award 1 paper copy and 1 electronic version to the COTR. F) User Acceptance Test Plan and Report. Thirty (30) days prior to completion date of the contract. 1 paper copy and 1 electronic version to the COTR. G) Implementation Plan Within two (2) weeks of contract award 1 paper copy and 1 electronic version to the COTR. Definitions: Implementation Schedule The project schedule clearly defined the tasks and milestones that will be accomplished on the project and provides the project management team and customer with a single point of reference for all activities CONOPs (Concept of Operations) The Concept of Operations (ConOps) describes a system's characteristics and the users' operational needs in a manner that can be confirmed by the user without requiring any technical knowledge beyond that required to perform normal job functions. Training Materials: Training Materials include the documentation associated with the deployment of the software. This includes instructor and student guides, user and administrator manuals, audio-visual aids, and computer-based or other media used to disseminate information about the final product to the target audience that is in need of the instruction. User Acceptance Test (UAT) Plan and Report The UAT plan will define the process to be followed to obtain confirmation that the implemented system meets mutually agreed-upon requirements Implementation Plan The Implementation Plan describes how the business product will be installed, deployed, and transitioned into the operational environment. Mandatory Evaluation Criteria: 1. A SaaS hosting environment that is FISMA certified. 2. Capability of supporting external authentication using NIH credentials including two factor authentication using Personal Identity Verification (PIV) cards (https://federation.nih.gov/itrust/index.html) Evaluation Criteria: 1. Demonstration of a minimum of 10 years experience with the development, deployment, implementation, and support of a core facilities management Software as a Service for organizations of a similar size and mission to the NHLBI DIR 2. Demonstration of a minimum of 4 years experience hosting a core facilities management system for external customers using a SaaS model 3. Demonstration of a track record of rapidly responding to and implementing customer change requests to meet a customer's unique needs 4. Proven experience supporting product, services, device, and professional services cores. 5. Demonstration of the ability to fully integrate with an institutional financial system FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 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 conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors listed above shall be used to evaluate offers. The merits of each proposal will be evaluated carefully, based on responsiveness to the requirements set forth in this combined synoposis/solicitation and the thoroughness and feasibility of the technical approach taken. A best buy analysis will be performed taking into consideration technical approach, past performance, and price. Please be advised that, in the selection of a contractor for this acquisition, paramount consideration shall be given to the evaluation of technical and past performance rather than cost or price. All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received; FAR 52.212-3, Representations and Certifications - Commercial Items (MAY 2011); FAR 212-4 Contract Terms and Conditions - Commercial Items (JUN 2010); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2011) is included with the following additional clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JAN 2011); FAR 52.219-8, Utilization of Small Business Concerns (JAN 2011); FAR 52.219-9, Small Business Subcontracting Plan (JAN 2011); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JUL 2010); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010); FAR 52.22-36, Affirmative Action for Worker with Disabilities (OCT 2010); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2010); FAR 52.222-40, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). The clauses are available in full text at https://www.acquisition.gov/far. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Interested vendors capable of furnishing the Government with the core facilities management solution specified in this synopsis should submit their quotation to the address below. Quotes are due September 6, 2011 by 10:30 a.m. Eastern Standard Time at the COAC Services Branch, Office of Acquisitions, DERA, National Heart, Lung, and Blood Institute (NHLBI), NIH, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention: Renee Dougherty, Contract Specialist, 301-435-7920. Quotations shall be submitted electronically to dougherr@nhlbi.nih.gov and must reference the solicitation number: NHLBI-CSB-(HL)-2011-295-RMD. Please also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the business size. Responses will only be accepted if dated and signed by an authorized company representative. Faxed copies will not be accepted. NOTE TO OFFERORS: Please include a Service Level Agreement (SLA) that defines the level of service provided and specifically addresses the following categories: 1) System availability; 2) System Maintenance Schedules and Notifications, e.g., frequency of maintenance/scheduled maintenance windows and policy for notification of users; 3) Help Desk/Technical Support, e.g., services provided, hours of service, response time; and 4) Backup and Recovery, e.g., frequency and completeness of backups, data retention time, and data restoration response time. All responsible sources may submit a quotation which if timely received shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2011-295-RMD/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02554866-W 20110901/110830235257-4c9c9523d0d8d9ff261e0b75bfdf20a1 (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.