Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

R -- Maintenance Renewal

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFQ95581
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Description
The National Institutes of Health Department of Network Applications intends to negotiate on a sole source basis with Soft Computer Consultants, 5400 Tech Data Drive, Clearwater, FL. 33760. 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 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ95581 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541519. The National Institutes of Health (NIH) is the nation?s foremost federally funded biomedical research institution. It is comprised of twenty-four Institutes, Centers, and Divisions. The Warren Grant Magnuson Clinical Center (CC) is the onsite hospital for the NIH campus, providing full support for clinical research in inpatient and outpatient settings. The CC facility comprises three million square feet of clinical, laboratory, and administrative space.The Department of Clinical Research Informatics (DCRI) is responsible for the network infrastructure that supports the technology of all mainframe and desktop computers, and the management and development of applications and databases. Objective:The objective of this Statement of Work is to provide the Clinical Center, Department of Clinical Research Informatics with SCC Licenses and Support. Scope of Work: The vendor is to provide SCC licensing and support for the following application modules: ITEM Operational Support Services Database Manager Customization hours-OPTION YEAR 1 SoftLAB SoftBank SoftMIC SoftPath Customization Hours --Year 1 SoftWorkLoad SoftID -Patient ID Tracking SoftODBC Order Status Interface OE (HIS to SoftLab-BI ) RR (HIS to SoftLab- Uni ) RR (Enhancements to AP ) RR (Enhancements to BB) ADT (HIS to SoftLab-Uni ) OE (Enhancements to AP ) OE (Enhancements to BB ) REF (Ref Lab Interface (per Lab)) Microscan Hitachi 917 Immulite Bidirectional Host Query Beckman LX2 Diagnostic Stago Diagnostica Stago Beckman Array Beckman Array Yellow Iris Helena REP Cell Dyne-3500 Abbott Axsym-2 Cell Dyne-4000 Helena EDC Biochem Labotech Organon BacTalert Abbott Commander PPC BMD Chemtrip Analyzer PhD Uni-Directional Instrument Interface by Helix Abbott Commander PPC Sedrate Ves-Matic ABL725 Radiometer Beckman LX20 Bi-Directional w/Host Query Immulite 2000 DPC Nichols Bi ABL 725 Radiometer(ABL71) ABL 725 Radiometer(ABL72) Ciba-Corning COox I-STAT Nicols Advantage Sedrate Ves-matic Doctor Update Interface Roche Cobas Fara Abbott FLX Abbott FLX Abbott Axsym Abbott Axsym V-SYSTEMS VSI-FAX GOLD V3.2 SERVER FOR RS/6000, HP9000 SCR - Would like to add two new lines to that PAD and FAD template. Would like to have "NIH inpatient death?" & "extent of permission" added just below the clinical diagnosis area. SCR, NIH-02204 Abbott Sapphire Instrument Abbott Sapphire Instrument ABL 835 ABL 835 Iris IQ200 - PURCHASED VIA P.O. # 269MM509800 EXCYTE 40 - PURCHASED VIA P.O. # 269MM509800 EXCYTE 40 - PURCHASED VIA P.O. # 269MM600500 TOTAL SOFTWARE (EXCLUSIVE OF DBVISTA AND OPERATIONAL SUPPORT) EXCYTE 40 - PURCHASED VIA P.O. # 269MM509800 EXCYTE 40 - PURCHASED VIA P.O. # 269MM600500 Abbott Sapphire Instrument - PURCHASED VIA P.O.# MM703581 HL7 (RR SCC to BBCS) HL7(OE HIS) Period of Performance: 9/28/2007 thru 9/27/08 Requirements: Telephone support is available 24 hours per day, 7 days per week, for the Critical Cases. Support for non-critical issues is available during the hours of 8:00 a.m. to 5:00 p.m. (CUSTOMER time) Monday through Friday. All application patches, service packs, and releases are included. Security: Any personal data collected and/or used under this contract is subject to the Privacy Act Clause (FAR 52.224-2). The Contractor will use any Privacy Act information provided by the Government or other Government contractors for the purposes authorized by this contract only and for no other. The Contractor will not provide the information to any other person or entity, unless explicitly directed to do so by the Government. Each person providing service under this proposal will be required to sign a document of understanding stating that he/she understands and will comply with Privacy Act requirements. Government Furnished Equipment/Government Furnished Information: The Government will not be supplying any equipment. Evaluation Criteria The proposal offered by the vendor must satisfy the technical requirements listed in the scope of this document. The award will be made to the lowest-price technically acceptable offer. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. 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 Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41; 52.227-14 Rights in Data-General; 52.227-18 Rights in Data-Existing Works. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www..arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 10 days from the posting of this notice no later than _9/19/07 Eastern Standard Time 5:00 p.m. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 9/28/07. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _08/24/07. Collect calls will not be accepted. No Phone Calls Please
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01400650-W 20070912/070910220308 (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.