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

70 -- Blood Bank Control System

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design 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-RFQ94111
 
Response Due
9/16/2007
 
Archive Date
10/1/2007
 
Description
The National Institutes of Health Department of Network Applications intends to negotiate on a sole source basis with Manage Inc.,2320 2nd Avenue, Ste 2000, Seattle, WA 98121 . 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 RFQ94111 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541512.The Organization is contracting to provide for the services to remove the existing Donor application Blood Bank Control System (BBCS) production server hardware and deploy new production server hardware. The installed production server model i800 was withdrawn from production by IBM on 10/01/05. In addition the current production server lacks redundant power supplies and redundant network interface cards. The project also includes services to replace the existing process for reports generated by the Donor application (BBCS). This component of the project will ensure compliance with regulatory requirements for review and documentation of critical application reports generated by the Donor application (BBCS). Scope The current server hardware hosting the Donor application (BBCS) shall be replaced with a model 525 IBM iSeries server. Donor application (BBCS) reporting services will be migrated from the existing i800 production server to a model 515 IBM iSeries server. The contract includes all equipment, installation, removal, maintenance, upgrades and all supplies. Tasks General Requirements The Vendor has to submit a cost proposal with an associated project management plan addressing the tasks specified in the SOW. Mandatory Tasks and Associate Deliverables Implementation Plan ?P The Vendor shall deploy equipment as directed in attachment .The deployment shall include acquisition, Site readiness check, installation, configuration, and test. ?P The Vendor shall present to the Organization??s BBCS Production and Web (BBCS Reporting) Collaboration Servers Project and Project Manager an Implementation Schedule detailing deployment of devices. ?P Deliverables: ?X Implementation Schedule tied to the Deployment List ?X Deployment List of devices with locations. Training Plan ?P The Vendor shall provide a detailed training plan and schedule. ?P Deliverables: ?X Training Schedule, matching the Deployment Schedule ?X Training Curriculum for Key Operators and Users Maintenance Plan ?P The Vendor shall provide a Maintenance Plan covering each type of device and the associated preventive maintenance program. ?P Deliverables: ?X Maintenance Plan. Reporting ?P The Vendor shall provide reporting to the BBCS Production and Web (BBCS Reporting) Collaboration Servers Project Program Manager on a daily basis. ?P Deliverables: ?X Daily Reports Change Management Plan ?P The Vendor shall provide a Change Management Plan to document procedures for additions, deletions and modifications that come about due to unforeseen circumstances. ?P Deliverables: ?X Procedures for Additions ?X Procedures for Modifications ?X Procedures for Deletions. Deliverables Web Collaboration Server Model 515 3800CPW Feature Description Qty. 9405-515 9405-515 Express Server 562128-3 1 41 Device Parity Protection-All 1 205 RISC to RISC Data Migration 1 290 Ext Tape Attached via 5736 1 532 V5R4 Machine Code 1 835 #4327 Load Source Specify 1 1025 Modem Cable 1 1827 Serial-UPS Conversion Cable 1 2924 English 1 4474 2GB DDR2 Main Storage 2 4901 1W Server Feature 1 5159 850W Power Supply 1 5553 System Console on Base Ethernet 1 5570 5727 Cache + 2 x 70GB Disk Package 1 5706 PCI-X GB Ethernet 1 5736 PCI-X Disk/Tape Controller w/IOP 1 6011 515 Express Configuration #2 1 6458 14FT 250V/15A Power Cord 2 6470 6FT 125V/15A Power Cord 2 7182 Rack Mount 1 8327 1.9GHz Processor 1 8410 Base Processor Activation 1 9540 Base DVD-ROM 1 9548 Base 1GB Main Storage 1 9653 Base 30GB 1/4" Tape Unit 1 9793 Base PCI 2-Line WAN w/Modem 1 9844 Base PCI IOP 1 5722-DR1 IBM Director for i5/OS 1 5722-QU1 IBM Query for iSeries 1 5722-SCC i5/OS per user Billing 1 1601 OTC per 5 Users (50-Users Total) 1 1603 OTC per 5 Users (included in base) 1 5722-WE2 IBM Web Enablement for i5/OS 1 5722-XW1 iSeries Access 1 5722-PT1 IBM Performance Tools for iSeries 1 5722-ST1 IBM DB2 Query and SQL Dev Toolkit 1 5722-WDS IBM Websphere Development Studio for iSeries 1 5733-SPP Software Maintenance 24x7 Upgrade 1-Year 1 i5 Software Subtotal 3580-L43 TS2340 Tape Drive Express 1 5604 4.5M VHDCI/HD68 SCSI Cable 1 7003 Rack Mount Kit 1 8002 Ultrium Cleaning 1 8405 Ultrium 4 Data Cartridge (5-Packs) 10 9800 Attached to i5/OS 1 WEB SERVICES SERVER SUBTOTAL Model 525 Express Edition for BBCS Production Feature Description Qty. 9406-525 Server 1:9406 Model 525 575918-3 1 41 Device Parity Protection-All 1 205 RISC to RISC Data Migration 1 290 Ext Tape Attached via 5736 1 532 V5R4 Machine Code 1 835 #4327 Load Source Specify 1 909 1/2W Serv Feat 520 1x83330 1 1025 Modem Cable 1 1827 Serial-UPS Conversion Cable 1 2640 DVD-ROM 1 2844 PCI IOP 1 2924 English 1 4327 70.56GB 15k rpm Disk Unit 2 4474 2GB DDR2 Main Storage 2 5159 850W Power Supply 1 5553 System Console on Base Ethernet 1 5570 5727 Cache + 2 x 70GB Disk Package 1 5701 PCI 1GB Ethernet IOA 1 5736 PCI-X Disk/Tape Controller w/IOP 1 6458 14-Foot 250V/10A Power Cord 2 7182 Rack Mount 1 7790 Express Configuration #1 1 8330 520 1.9GHz Processor 1 8410 Base Processor Activation 1 9793 Base PCI 2-Line WAN w/Modem 1 9844 Base PCI IOP 1 Software Licenses Migrated from Installed i800 1 5722-DR1 IBM Director for i5/OS 1 5722-QU1 IBM Query for iSeries 1 5722-SCC i5/OS per user Billing 1 1601 OTC per 10 User Charge 2 1603 OTC per 10 Users (30 concurrent users included in base) 3 5722-WE2 IBM Web Enablement for i5/OS 1 5722-XW1 iSeries Access 1 5722-PT1 IBM Performance Tools for iSeries 1 5722-ST1 IBM DB2 Query and SQL Dev Toolkit 1 5722-WDS IBM Websphere Development Studio for iSeries 1 5733-SPP Software Maintenance 24x7 Upgrade 1-Year 1 3573-L2U TS3100 Tape Library Express 1 5604 4.5M VHDCI/HD68 SCSI Cable 1 7002 Rack Mount Kit 1 8002 Ultrium Cleaning 1 8143 Ultrium 4 LVD Drive Sled 1 8405 Ultrium 4 Data Cartridge 1 9800 Attached to i5/OS 1 IBM Maint. IBM 36-Month ServiceSuite including on-site HW 1 and Software Maintenance 24x7 Coverage 525 DR/SP 1 IBM Maint. IBM 36-Month ServiceSuite including on-site HW 1 and Software Maintenance 24x7 Coverage 515 Prod. 1 MI Services Manage Inc. Model i5 Installation Services Estimate 2 IBM iSeries Certified Expert i5 System Engineer 1 Approximately five days on site for installation and migration 1 of iSeries Servers. 1 MI Services Installation and Configuration assistance for SharePoint. 1 Remote services include set up of one report page, security, 1 training, and configuration services (approximately 10 hours) 1 iTera iTera Echo2 License Upgrade to 3800CPW P10 1 Delivery Schedule No. Item Draft Due Date Final Due Date Recipient 1 Removal Schedule TBD TBD Project Officer 2 Implementation Schedule Tied to Deployment List TBD TBD Project Officer 3 Deployment List of Devices with Locations TBD TBD Project Officer 4 Training Schedule, Matching the Deployment Schedule TBD TBD Project Officer 5 Training Curriculum for Key Operators and Users TBD TBD Project Officer 6 Maintenance Plan TBD TBD Project Officer 7 Daily Reports TBD TBD Project Officer 8 Procedures for Additions TBD TBD Project Officer 9 Procedures for Modifications TBD TBD Project Officer 10 Procedures for Deletions TBD TBD Project Officer ?P Deliverables must be provided on the dates specified in the proposal with associated project management plan. Any changes to the delivery date must have prior approval (in writing) by the Project Manager or designate. ?P All deliverables must be submitted in a format approved by the customer/client contract official. At a minimum, the deliverable must be in an industry standard format - unless otherwise stipulated. ?P If the deliverable cannot be provided within the scheduled time frame, the service provider is required to contact the Project Manager in writing with a reason for the delay and the proposed revised schedule. The request for a revised schedule must include the impact on related tasks and the overall project. ?P A request for a revised schedule must be reviewed and approved by the Project Manager before placed in effect. Contract Terms and Conditions may dictate penalties, costs, and other actions based on the facts related to the request for a revised schedule. Reports and Meetings ?P The Vendor is required to provide the Project Manager with daily written progress reports (one copy) of the implementation phase of this project. These are due to the Project Manager by the close of business (COB) on the close of the workday. ?P The progress reports shall cover all work performed and completed during the day for which the progress report is provided and shall present the work to be performed during the subsequent day. ?P The progress report shall identify any problems encountered or still outstanding with an explanation of the cause and resolution of the problem or how the problem will be resolved. ?P The Vendor will be responsible for conducting daily status meetings with the Project Manager. Period of Performance 9/24/2007-12/3/2007 Vendor Personnel Requirements The Vendor must have experience and knowledge of a Clinical Center environment, device deployments and the specified task. Customer/Client-Furnished Equipment and Work Space ?P Depending on the nature of the task, the Project Manager will provide system access for on-site and off-site work - in accordance with established company policies, standards, regulations, and rules of conduct ?P The Project Manager will provide the appropriate procedures, guidelines, standards, reference materials, and system/application documentation ?P The Project Manager will provide access to the appropriate personnel (management, technical, subject matter expertise, etc.) necessary to fulfill the contract requirements. 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. Travel ?P All travel expenses shall be covered under separate agreement. ?P Whenever possible, conference calls and video conferencing (when available and cost effective) should be used. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ?V 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. 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. Place of Performance The primary place of performance will be: National Institutes of Health 9000 Rockville Pike Bldg 10 Bethesda, MD 20892 Interested offerors may submit proposals electronically only within 10 days from the posting of this notice no later than 9/17/07 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 9/30/07. 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, 9/13/07. Collect calls will not be accepted. No Phone Calls Please.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD 20892
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01400651-W 20070912/070910220309 (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.