Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2013 FBO #4156
SOLICITATION NOTICE

D -- Business Process Software and Maintenance

Notice Date
4/9/2013
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2013-134-RMD
 
Archive Date
4/30/2013
 
Point of Contact
Renee Dougherty, Phone: 301-435-7920, Lisa Portner, Phone: 3014350326
 
E-Mail Address
dougherr@nhlbi.nih.gov, Lisa.Portner@nih.gov
(dougherr@nhlbi.nih.gov, Lisa.Portner@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION This is a pre-solicitation / notice of intent synopsis for a sole source noncompetitive (including brand-name) award to BP Logix, Inc. for the acquisition of software and maintenance. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), on behalf of the Information Technology and Assessment Center within NHLBI's Office of Management, intends to negotiate and award a purchase order on a sole source noncompetitive basis for software licenses and software maintenance on BP Logix software to BP Logix, Inc., 410 South Melrose, Suite 100, Vista, California 92081. BACKGROUND The purpose of this requirement is to acquire new software with maintenance and renew annual maintenance on previously purchased business process software from BP Logix, Inc. The BP Logix business process automation software modules are currently used by the NHLBI to manage the flow of document based actions in order to improve the institute's workflow tracking process. The new software modules are needed provide additional functionality of the development environment. The new licenses will enable more than one developer to work in the development environment while a tester is testing features. The current development environment accommodates one developer very well, however, there are now four developers who sometimes need to work on a piece of code while a tester is testing the features. With the acquisition of four new licenses, the development environment can be repurposed as an integration environment and allow developers to unit test their code without affecting the other team members. The developers will be able to deliver weekly changes for internal testing and sprint demonstrations at a much faster pace. The maintenance services have been provided by BP Logix under the following previous acquisitions: Contract Number Period of Performance Vendor HHSN268201200162P 06/13/2012 - 06/12/2013 BP Logix, Inc. HHSN268201200015U 01/03/2012 - 01/02/2013 BP Logix, Inc. PERIOD OF PERFORMANCE The period of performance for the maintenance services will be twelve (12) months. PROJECT DESCRIPTION This is a follow-on requirement, wherein the contractor shall provide maintenance on the following existing Tier 3 BP Logix software modules: • Workflow Director • PDF Component • Test Server • Reporting/Excel Integration • Scanning/Imaging Interface • Test Server • Mobile Option • Advance Reporting • Compliance Edition This acquisition will also include the following four BP Logix software licenses with annual maintenance: Product # Product Description Quantity WD_TEST_T3 Non Production Test Server License 4 MAINT First Year Maintenance for Test Server 4 The additional four licenses are needed to assist with the effort of repurposing the current development environment as described under BACKGROUND (above). JUSTIFICATION BP Logix, Inc., is the sole manufacturer of the BP Logix software modules listed in the PROJECT DESCRIPTION section of this notice. The software is proprietary to BP Logix, Inc. No other companies have software rights or are authorized by BP Logix to maintain their software. Upgrading of software is included in the proposed acquisition and must be done by BP Logix, Inc., in order to keep the product maintained. Due to the proprietary nature of the software, the maintenance, which includes toll free phone support, email support, software updates, patches and service packs, new product versions (which includes major product upgrades), access to the BP Logix library of custom tasks for Process Director, access to online resources (including product documentation), help, and frequently asked questions, is not available from any other known sources. There are no known sources that are authorized to or possess the knowledge necessary to maintain and update these business process software modules. There are currently no other manufacturers or resellers of this software and its associated maintenance. The product requiring maintenance can not be replaced without another expensive investment in product analysis, transfer, installation, and implementation. The cost and time required for the acquisition, deployment, and implementation of a new business process automation software is cost prohibitive and not in the best interest of the Government. REGULATORY AUTHORITY This acquisition is conducted under the authority of 41 U.S.C. 253(c) as set forth in FAR Part 6.302-1(b), only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION The North American Industry Classification Code (NAICS) is 511210 and the Size Standard is $25.0M. This notice of intent is not a request for competitive proposals. This announcement constitutes the only notice; proposals are not being requested and a written solicitation will not be issued. The determination by the Government to award a purchase order on a noncompetitive, sole source basis for a hardware software maintenance agreement to BP Logix, Inc. is based upon the market research conducted in accordance with one or more of the techniques specified in FAR Part 10-Market Research, Subpart 10.002(b)(2). Any information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a future competitive procurement. Interested parties may identify their interest and capability for any future competitive procurement by responding to this notice in writing, no later than April 15, 2013, 9:30 a.m., EST. Responses to this notice shall contain sufficient documentation to establish the interested parties' bona-fide capabilities for fulfilling the requirement. All responses must reference this pre-solicitation / notice of intent number NHLBI-CSB-(HL)-2013-134-RMD and may be submitted electronically to the Contract Specialist at Dougherr@nih.gov or by mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902, Attention: Renee Dougherty.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2013-134-RMD/listing.html)
 
Place of Performance
Address: National Heart, Lung, and Blood Institute, 6705 Rockledge Drive, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN03031645-W 20130411/130409234132-3a66927a543daabfb6457e51f50b0571 (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.