Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOLICITATION NOTICE

D -- IT Software and Systems Development

Notice Date
5/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, MD, 20894, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
07-111-MJK
 
Response Due
5/21/2007
 
Archive Date
6/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as Request for Quotations (RFQ) NLM-07-111-MJK. This solicitation incorporates provisions and clauses that are in effect in the March 2005 FAR Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541511. It is the intent of the Center for Information Technology (CIT), National Institutes of Health (NIH), to negotiate for professional Information Technology (IT) services to assist NIH in providing critical enhancements and support for NMS Imaging brand name software previously acquired by NIH to support the NIH System for Executive Records and Correspondence Handling (SERCH) and the NIH Enterprise Ethics System (NEES). NIH conducted an extensive evaluation of the following alternative approaches in choosing the software platform for SERCH and NEES: (1) Utilize commercially-available software products, (2) Perform in-house custom development of the required software applications, and (3) Utilize existing software applications developed by other Government agencies. Following the evaluation of available commercial software products, cost, and system requirements, NIH selected NMS Imaging (formally National Micrographics Systems), 12041 Bournefield Way, Silver Spring, MD 20904 to provide its commercial products (including proprietary support services) as the software platform for both NIH enterprise systems. In 2003 NIH began developing SERCH as an integrated system to serve the NIH Executive Secretariat needs for records management and executive correspondence handling. SERCH operates on NMS brand name software that enables document management, workflow, full text searching, format conversion, digital signatures, and records management. SERCH represents the integration of 15 software applications across 22 servers. The contractor will be required to review the SERCH process maps, work queues, permissions and integration between the 15 software applications. To accomplish the work requirements for SERCH, NIH estimates that a total of 1,000 labor hours will be required during a 12-month period beginning approximately June 1, 2007, and 1,000 labor hours during one successive 12-month option period. NIH estimates that the effort will require expertise from the following labor categories: Senior Systems Design Engineer, Systems Design Engineer Manager, and Executive Project Manager. In 2005 NIH began developing NEES as a secure web-based workflow management system using the NMS Imaging brand name software platform to support the NIH Ethics Program that assists NIH staff with meeting the required statutes and regulations governing the ethical behavior of Executive Branch employees of the Federal Government. NEES is a comprehensive automation of the NIH Ethics Program that takes into account various business policies and processes at NIH through the utilization of numerous related applications and data stores. NIH requires professional IT services to further develop the NMS Imaging software platform for NEES to include the following: (1) Electronic submission of all ethics-related reports and requests along with supporting documentation; (2) electronic review and approval of all ethics-related reports and requests, along with supporting documentation; and (3) electronic tracking and reporting of all ethics-related reports and requests, submissions, reviews, and approvals as well as other related activities associated with the Ethics Program at NIH. To accomplish the work requirements for NEES, NIH estimates that a total of 480 labor hours will be required during a 12-month period beginning approximately June 1, 2007, and the following additional effort during three successive 12-month option periods: Option Period 1 (600 labor hours), Option Period 2 (460 labor hours), and Option Period 3 (320 labor hours). NIH estimates that the effort to support NEES will require expertise from the same labor categories required by SERCH. The purchase order term will be from approximately June 1, 2007 through May 31, 2008 followed by three successive 12-month option periods. The following clauses and provisions cited herein are incorporated by reference into this solicitation and may be obtained from the web site http://rcb.cancer.gov/rcb-internet/SAP/sap.htm: FAR 52.212-1, Instructions to Offerors ? Commercial Items (September 2006), and FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (February 2007). FAR 52.212-2, Evaluation ? Commercial Items (January 1999), also applies with the following three evaluation criteria (listed in descending order of priority) to be included in paragraph (a) of the provision: (1) Experience and expertise of the proposed staff in providing professional IT services to support integrated Federal enterprise systems similar to SERCH and NEES that utilize NMS Imaging software platforms, (2) Experience and expertise of the company in providing professional IT services to support integrated Federal enterprise systems similar to SERCH and NEES that utilize NMS Imaging software platforms, and (3) Past performance in supporting Federal enterprise systems that utilized NMS Imaging software. An award will be made to the offeror who represents the best value to the Government based upon the three technical evaluation criteria that are listed in descending order of priority and, when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (November 2006), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (March 2007), applies to this acquisition as well as the following clauses cited therein: FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), and FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (October 2003). Please contact the contracting office if you have any questions concerning this solicitation. Sources having the ability to provide the professional IT services described above shall provide clear and comprehensive information supporting their experience and expertise, past performance, and pricing. An offeror?s response should not exceed 25 pages. Any questions can be submitted to Maxwell Kimpson, Contract Specialist, at (301) 496-6546. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 4:00 PM LOCAL PREVAILING TIME ON MAY 21, 2007, AND SHALL BE SENT VIA E-MAIL TO: kimpsonm@mail.nlm.nih.gov . This requirement is being processed for CIT by the National Library of Medicine (NLM).
 
Place of Performance
Address: NIH, CIT, 6707 Democracy Blvd, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01288713-W 20070509/070507220247 (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.