SOLICITATION NOTICE
99 -- custom computer programming
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, MD, 20892-7663, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 263-2007-Q-FX-181
- Response Due
- 8/1/2007
- Archive Date
- 8/16/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13 as supplemental with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-15. The North American Industry Classification System Code (NAICS) is 541511 with the size standard of $23.0 million. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ 263-2007-Q-FX- 181. This is a Small Business Set -Aside. The purpose of the requirement is to purchase commercial off the shelf software. The software will use a business process methodology enabled by web based software that provides a system level view of processes and structures detail about how to perform those procedures. The end deliverable will allow users to navigate information step by step in the context of their roles; procedures are described in detail, and are also connected to the business information that plays a role in each step. The selected software offer will provide these critical elements: The software offeror will facilitate information gathering through interviews, focus groups and surveys. They will identify existing SOPs and best practices and document in a standards manner using a business process methodology that creates a system level view of a process. The third party will have prerequisite knowledge of NIH administrative procedures. Expected to manage the on-going improvements to these SOPs and administer changes to the secure web portal. The software offeror will provide on-going administrative support for managing access to the SOPs. User interaction will be tracked and reported with each procedure and provide a digital audit trail of adoption of procedures and best practices throughout the organization and provide process level reporting on interaction with the system consolidate the administrative functions and policies into one central streamline automated location for the Office of Management Assessment?s administrative staff. . The Contractor must provide the following administrative support, management of information and re-engineering services. 1) Annual subscription; 2) hosting service; 3) consulting and Training; 4) on-going administrative support; 5) Management of information and re-engineering The Government intends to make a best Value buy to the responsible offeror whose offer is most advantageous to the government. The quotations will be evaluated by the following criteria: 1. Processing/Delivery Time: demonstrate how the information is stored and executed. 2. Functionality: demonstrate how data is executed (method of toolsetting). 3. Technical Processing: demonstrate the record users activity and process level (the reporting interface).The period of performance is one year from date of award with three (3) successive one-year periods. Offers must be registered in the Central Contractor Registration & Business Partner Network at www.bpn.gov/ & www.ccr.gov or by calling 1-888-227-2423 or 269-961-5756 prior to award . FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors?Commercial Items, FAR 52.212.3, Offer 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 Statues or Executive Orders?Commercial Items. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items. FAR 52.217-8 Option to Extend Services. Copies of the mentioned clauses are available via website www.arnet.gov/far. Price and all other factors considered, please submit proposals (electronic copies are acceptable) no later than 2:00 P.M. Eastern Daylight Savings Time (EDT), August 1, 2007 to the National Institutes of Health, Office of Logistics and Acquisition Operations, OA, 6011 Executive Blvd., Rm# 529I, Attn: Wendy Rivera, Bethesda, MD 20892. Telephone: 301-435-3919; fax: 301-480-1137 (b) if hand delivering, or using a courier services such as: UPS, Federal Express, use the following City, state and Zip Code: Rockville, MD 20852. Contracting Officer.
- Place of Performance
- Address: 6011 Executive Blbv, Rockille, MD
- Zip Code: 20852
- Country: UNITED STATES
- Zip Code: 20852
- Record
- SN01344035-W 20070719/070717220431 (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 |