Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2014 FBO #4422
MODIFICATION

D -- NIDA IRP Technical Services

Notice Date
12/31/2013
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-14-0031
 
Archive Date
1/21/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490, John Flannery, Phone: 301 435 8782
 
E-Mail Address
lauren.phelps@nih.gov, flanneryje@mail.nih.gov
(lauren.phelps@nih.gov, flanneryje@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background Information: The Biomedical Informatics Section (BIS) of the National Institute on Drug Abuse Intramural Research Program (NIDA IRP) is responsible for providing, coordinating and managing information technology throughout the IRP, advancing the application and use of information and computational sciences within the program, and providing informatics services and resources to the staff. The BIS also conducts research in theoretical and applied areas of medical and clinical informatics and studies new methods for acquiring, representing, processing and managing knowledge and data within the IRP's clinical and research programs. Purpose and Objectives for the Procurement: The purpose of this potential requirement is to provide the NIDA IRP BIS with information technology support, including telecommunications support, access operations support, and visual medial services to support the NIDA IRP's clinical and research programs. Project Requirements: The NIDA IRP requires information technology support in the following five task areas: 1. Research, Scientific, and Administrative Application Development, Integration and Support The Contractor shall provide on-site information technology operations including application development, website development and database administration, design, and integration in support of the NIDA IRP mission. Desktop support including device imaging and deployment is required. 2. Ongoing Research, Scientific and Operations Information Technology Support The Contractor shall provide on-site hardware and software desktop support for research, scientific, and desktop applications utilized by the NIDA IRP. The contractor shall perform internal and external web site creation, maintenance and modifications with database and script integration. 3. Telecommunications, Access, and Cabling Plant Support The Contractor shall provide on-site operational telecommunications support including administration of voice systems, installation, configuration, and modification of existing and new telephone systems, installation, management and monitoring of security systems including video and automated access systems, installation of environmental monitoring systems and installation, modification and troubleshooting to cabling infrastructure. 4. Visual Media Services The Contractor shall provide on-site video conferencing services, audio visual equipment maintenance, event coordination assistance, graphic arts services,, illustration services, and maintenance of internal and externally facing NIDA IRP websites. 5. Information Technology (IT) Security The Contractor shall provide on-site information security support for all desktop, servers and infrastructure and systems at the IRP including remediation, patching, vulnerability assessment, risk analysis, continuous monitoring and policy and procedure documentation. Must have governmental background knowledge of regulations and compliance for information security in a biomedical research environment. Anticipated Period of Performance: The anticipated period of performance is one (1) six-month base period and nine (9) six-month option periods. Capability Statement: Contractors that believe they possess the ability to provide the required services and resources should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. The capability statement shall include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the above outlined requirements, 3) three examples of previous health information technology federal contracts that are similar to the project requirements and scope in which the organization and proposed personnel have participated, and 4) any other information considered relevant to this program. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to both Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov and John Flannery, Contracting Officer, at John.Flannery@nih.gov in MS Word format. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government contemplates negotiation of a hybrid-type contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-14-0031/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03260014-W 20140102/131231235226-ba81e8bfb315137038801ba590552f8b (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.