Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

D -- SUBJECT7 PROOF SOFTWARE

Notice Date
7/14/2015
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related 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
NIHLM2015563-EJB
 
Archive Date
8/4/2015
 
Point of Contact
Em'Ria J. Briscoe, Phone: 3014354384
 
E-Mail Address
briscoee@mail.nih.gov
(briscoee@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation and a notice of intent to award a sole-source, fixed price purchase order to Subject7, Inc., 11121 Stackhouse Court, Potomac, MD 20854, for commercial items prepared in accordance with FAR Parts 12 and 13.5. It is the intent of the National Institutes of Health (NIH), National Library of Medicine (NLM) under the authority of FAR 6.302-1 to procure for the Office of Extramural Research (OER), Office of Research Information Systems (ORIS), electronic Research Administration (eRA). Subject7 Proof Software Licenses. This software is unique and proprietary to Subject7. As the eRA Program moves to an Agile development methodology it has become critical to implement automated functional testing because of the necessity to execute frequent regression tests. Proof is a web-based test automation authoring and execution platform from the company Subject7. It is fairly unique among test automation tools in that it is wizard-driven, and does not require any scripting or coding. (The Proof platform sits on top of Selenium, which is an open-source test automation platform.) The users work in a graphical environment, rather than using code editors. Since users do not have to program scripts for each and every test case in a native language, it is ideal for use by the 30+ existing eRA testers who do not generally have coding skills. The North American Industry Classification System Code is 541519 and the business size standard is $25.5 million. This is not a small business set-aside. This notice of intent is not a request for competitive proposals. However, the Government shall consider all responses received within five days of this posting. Interested parties may identify their interest and capability to respond to the requirement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Written responses to this synopsis shall contain sufficient documentation to establish a bonafide capability to fulfill the requirement. This is not a Request for Quotation (RFQ), nor is a RFQ available; however, all responsive sources may submit a capability statement in a timely manner which will be considered by NLM. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms interested in responding to this notice must be able to provide the referenced service as specified above. Responses must be in writing and must be received electronically at the Government infrastructure by 12:00 PM EST on Monday, July 20, 2015. Capability Statements must include pricing information and should reference NIHLM-2015563/EJB - Subject7 Proof Software and should be submitted to briscoee@mail.nih.gov. FEDERAL ACQUISITION REQULATION (FAR) CLAUSES The following provisions and clauses apply to this acquisition and are incorporated by reference. Full text may be found at https://www.acquisition.gov/Far. FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive orders 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 to allow the Government to determine the organization's qualifications to perform the work. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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/OAM/NIHLM2015563-EJB/listing.html)
 
Place of Performance
Address: 6705 Rockledge Drive, One Rockledge, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN03796055-W 20150716/150714235239-a4980db237b450d1eef2f9ed5a10ca5a (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.