SOLICITATION NOTICE
D -- Renewal of Casper JAMF support agreement - Statement of Work and CSS
- Notice Date
- 5/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming 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)-15-358
- Archive Date
- 6/12/2015
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- CSS Statement of Work COMBINED SYNOPSIS / SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented 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 is HHS-NIH-NIDA-(SSSA)-15-358 and the solicitation is issued as a request for quote (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 effective May 7, 2015. This acquisition is unrestricted. The associated NAICS code is 541511 and the small business size standard $27.5. STATEMENT OF OBJECTIVES The purpose of this upgrade is to procure additional licenses and renewal of existing licenses and support agreement for the Casper JAMF software. Title: Renewal of Casper JAMF support agreement The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Scientific Computing Support Section (SCSS) owns a significant number of Apple Mac OS computers and Apple iOS mobile devices. Managing these devices in a federal government infrastructure, but also a research environment requires a very capable tool to apply security updates, patches, provide fast new computer builds, but also set and maintain software and settings to provide maximum efficiency in the NINDS DIR Research Environment. Scope of Work The contractor shall provide one year of telephone support for the licenses, as well as software and upgrades (major and minor) during the performance period. There is no onsite service as part of this project. This includes all hardware and software that is necessary for the operation of Ultimate 3000 nano HPLC, WPS-3000TPL autosampler, ESI ion source, nano-ESI ion source, Orbitrap Elite mass spectrometer, and ETD module. The material not covered in the service agreement includes consumables such as solvents and columns. Specifically the contractor shall: 1.Supply software updates to fix bugs and add new features in the Casper JAMF suite, including ZERO DAY updates, that is, compatibility with new Apple MAC OS and ios upgrades the day of their release, allowing NINDS DIR to continue to have full software management functionality when users update their Macs and IOS devices. 2.Contractor Responsibilities: The Contractor shall provide all necessary documentation, installation instructions and requirements for each new version released. Mandatory Criteria •Software must be able to manage both Apple OS X computers and Apple iOS devices •Software must have zero day support for new versions of Apple OS and and iOS devices •Server software must be able to run on linux or windows computers (so server can be virtualized on a VMWare cluster) •Must be able to do network discover of OS patches installed •Software must support a modular image deployment for rapid new machine builds with exceptions •Software must support integration into Microsoft Active Directory •Software must allow resumable downloads •Software must support multiple distribution points, on separate servers for security (ie, distribution point for internet based computers in a DMZ, and internal distribution point for internal network updates. •Software must have self install capability remotely, preferably with SSH protocols •Software must have a secure self portal, where certain scripts, patches and upgrades can be delegated to the user of the mac to install as they see fit, without them having admin rights on their mac; the security of this must integrated with existing AD accounts and groups •Software must allow for standard Mac installation package formats, including DMG and PKG, •Software must provide for remote end user support. Period of Performance Base Year - June 1, 2015 through May 30, 2016 Option Year One - June 1, 2016 through May 30, 2017 Option Year Two - June 1, 2017 through May 30, 2018 Option Year Three - June 1, 2018 through May 30, 2019 Option Year Four - June 1, 2019 through May 30, 2020 Please refer to the attached Statement of Work for further detail, specifications, and evaluation criteria. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the service quoted and whether it meets the essential requirements as specified in the scope of work; and (2) price. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by May 28, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-358. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted. Contact Andriani Buck at andriani.buck@nih.gov for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-358/listing.html)
- Place of Performance
- Address: Scientific Computing Support Section, NINDS DIR, National Institutes of Health, 35A Convent Drive, Room GD905, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03733411-W 20150517/150515235509-fe7650f369f60ee00701ae9710137de9 (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 |