Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 17, 2001 PSA #2853
SOLICITATIONS

J -- MAINTENANCE AND SUPPORT SERVICE

Notice Date
May 15, 2001
Contracting Office
National Institute on Drug Abuse, Division of Intramural Research, PO Box 5180, Baltimore, MD 21224-0180
ZIP Code
21224-0180
Solicitation Number
NIDA-TA-005
Response Due
June 1, 2001
Point of Contact
Tonya Anderson 410-550-1527
Description
This is a combined synopsis/solicitation for commercial items/service prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 97-15. Support and Maintenance of The Clinical Data Warehouse The Clinical Data Warehouse (CDW) implemented at the Intramural Research Program of the National Institute on Drug Abuse (NIDA) is established as a routine mechanism for performing all of the future data entry, data collection, data storage, retrieval and analysis of data as related to both the informational and transactional systems. These systems include the automated patient charts, the laboratory analysis data and various other psychological and questionnaires data. Procurement is needed for the support and maintenance of the collection of applications generally referred to as the Clinical Data Warehouse. Designing and building new applications and new functions into the system and providing additional training is needed. Intimate knowledge of the related operations conducted at the National Institute on Drug Abuse, Intramural Research Program (NIDA-IRP), is required to provide a timely resolution to our requirements. These include detailed knowledge of the conduct of business at the NIDA-IRP's in-patient clinic, pharmacy, recruitment and the archway clinic, in addition to the knowledge of complex procedures related to the various clinical protocols conducted in the area of drugs of abuse research. This contract will include around the clock support for the exiting and the newly developed modules. The evaluation of quotes and the determination as equality of the product shall be the responsibility of the Government and shall be based on information provided for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the products meet all salient characteristics of this requirement. The Government will award to the responsible offeror whose offer conform to the solicitation and will be most advantageous to the Government, price and other factors considered. Items are to be quoted FOB Destination and delivery made to: NIH/NIDA, 5500 Nathan Shock Drive, Baltimore, MD 21224 within 60 days of award. The following FAR provision and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52-212-3 Representation and Certification-Commercial Items, and 52-214-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions including clauses incorporated by reference under sect (b)(6). This procurement is 100% small business set-aside and will follow Simplified Acquisition Procedures in FAR Part 13. Faxed quotes will be accept at 410-550-3146 by 4:00pm on 06/01/01.
Record
Loren Data Corp. 20010517/JSOL020.HTM (W-135 SN50M1Z2)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on May 15, 2001 by Loren Data Corp. -- info@ld.com