Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

R -- SSEUS Maintenance and Support Contract - Addendum - Technical Evaluation - GPAT - Statement of Work

Notice Date
7/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming 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
NIHLM2016805-SV
 
Archive Date
7/28/2016
 
Point of Contact
Suet Vu, Phone: 301-496-6546
 
E-Mail Address
vus@mail.nih.gov
(vus@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work GPAT Technical Evaluation Addendum This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information contained in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13 and FAR Part 16.602. This solicitation document and incorporated provisions and clauses are those in effect through June 15, 2016 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-88-1. The NAICS code for this acquisition is 541511. This announcement constitutes the formal Request for Quote (RFQ) and NO additional written solicitation will be issued. It is the intent of the National Library of Medicine (NLM) to procure the services and professional support for the SSEUS system. It is anticipated that ONE (1) labor-hour type award will be made from this solicitation and that the award will be made on or about September 1, 2016. It is anticipated that the award(s) from this solicitation will be for a one year period of performance with options for two (2) successive one-year periods. The period of performance begins on or about September 23, 2016. I. Perspective and Understanding of the Technical requirements The proposal must demonstrate a thorough understanding of the requirements of the Statement of Work and describe an approach that will demonstrate the achievement of timely and acceptable performance. Specifically the proposal must demonstrate how the offeror will meet the specific tasks in the statement of work including: 1. The contractor shall provide maintenance programming support for the SSEUS wide-area update system, modify modules so as to accommodate the changing characteristics of data sources, and to restructure presentations to the databases on-line to be included in the SSEUS system. 2. The contractor shall respond to problems encountered by users of the SSEUS system by making corrections to the SSEUS source code, by providing documentation, and by consulting with users and SIS staff. 3. The contractor shall be available for prompt response to emergency problems on an as-needed basis. 4. The contractor shall be available for one to two weeks a year on site in order to assist SIS programming staff in the on-going modification and design of the SSEUS system. 5. The contractor shall create programming guides and user documentation as requested by the COR. 6. The contractor shall show familiarity with the structure and update practices of HSDB, DIRLINE, and LactMed, databases. 7. The contractor shall undertake modification and extension of the current database version of SSEUS to generalize its support for ad hoc inspection and manipulation of occasional databases. 8. The contractor shall provide support for Scientific Review Panel members. This includes system installation and configuration, modification of data fielding, printing support, data import and export, and documentation. 9. The contractor shall provide programming and procedural documentation for SIS programmers working on the SSEUS system. II. CONTRACT REQUIREMENTS 1. The contractor must demonstrate a minimum of four years of programming experience with the Unicon and ICON programming languages and shall provide examples of major programs proving ability to create applications with embedded text processing capabilities and with remote manipulation of textual databases over the Internet. 2. The contractor shall have proven ability to work with windowing conventions on Microsoft Windows and UNIX/Linux platforms. 3. The contractor shall show experience with very large scientific and medical databases containing chemical and toxicological data. 4. The contractor shall have experience with the format of scientific data received and used by the National Library of Medicine. 5. The contractor must show code-level familiarity with the SSEUS system and demonstrate an understanding of how the modules relate to database sources currently under the SSEUS system and those which are to be brought into it within the next 2 years. 6. All code and programs developed in this project shall be available for unrestricted use and modification by the Government. The contractor shall have unrestricted use of the code for all other purposes. 7. The contractor shall show familiarity with the structure and update practices of HSDB, DART, CCRIS, LactMed, DIRLINE and other TOXNET databases. III. Additional Material Beyond the 10 pages of technical proposal, resumes of key investigators, reprints of relevant technical papers, and other supplemental materials can be provided outside of the page limit. Reviewers are instructed that the 10-page technical proposal is required reading, and supplemental materials are available as part of the support documentation but not required. The attached Contract Terms and Conditions shall be made a part of any contract awarded as a result of this RFQ. The attached Addendum to Terms and Conditions of Purchase Order shall be made a part of any purchase order awarded as a result of this RFQ. A final best-value analysis will be performed taking into consideration the results of the technical evaluation, price analysis, and adequate resources to respond to the Government's need. The Government reserves the right to make an award to the best value of the Government, technical merit, price, and other factors considered. The NLM reserves the right to make a single award, multiple awards, or no award at all as a result of this RFQ. In addition, the RFQ may be amended or cancelled as necessary to meet NLM's requirement. Vendor shall furnish services, qualified personnel, material, equipment and/or facilities as needed to perform the work as stated on Statement of Work (SOW). All proposals received via eCPS by July 27, 2016 at 1:00 PM Eastern Time will be considered by NLM. The National Library of Medicine (NLM) requires proposals to be submitted via eCPS.: Electronic copy via the NLM electronic Contract Proposal Submission (eCPS) website at https://ecps.niaid.nih.gov/NLM. All submissions must be submitted by 1:00 PM Eastern Time on July 27, 2016. Vendors must submit questions via email to vus@mail.nlm.nih.gov. The deadline for vendors to submit questions is Noon on July 17, 2016. For directions on using eCPS, go to https://ecps.niaid.nih.gov/NLM and click on "How to Submit." NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted. Firms interested in responding to this notice must be able to provide the professional services required by NLM. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered. Inquiries regarding this procurement may be made via email to Suet Vu, Contract Specialist, vus@mail.nlm.nih.gov. Please include the solicitation number "NIHLM2016805" in the subject line. Solicitation Provisions Incorporated by Reference [FAR 52.252-1, February 1998] This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contract Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its proposal. In lieu of submitting the full text provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov. Vendor 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 Regulations (FAR). The following clauses and provisions shall apply to this acquisition and may be obtained from the web site: FAR 52.212-1, Instructions to Offerors-Commercial Items (October 2015), FAR 52.212-2, Evaluation-Commercial Items (October 2014). 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 (April 2016) With DUNS Number Addendum [52.204-6 (July 2013)]. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015)-With Addenda [Stop Work Order, FAR 52.242-15 (August 1989); FAR 52.217-5, Evaluation of Options (July 1990); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2016), as well as the following clauses cited therein: FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); FAR 52.216-18 Ordering (October 2015); FAR 52.216-19 Order Limitations (October 1995); FAR 52.232-18, Availability of Funds (April 1984); FAR 52-232-7 Payments under Time-and Materials and Labor-Hour Contracts (Aug 2012); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); and FAR 52.242-17, Government Delay of Work (April 1984), 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (Feb 2007).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2016805-SV/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20894, United States
Zip Code: 20894
 
Record
SN04179418-W 20160714/160712234952-7864f9142daaa250118ab1d9270c7f0f (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.