SOURCES SOUGHT
R -- NIDCR Scientific Coding System (SCORE)- Maintenance, Upgrade, and Security Enhancements
- Notice Date
- 9/8/2015
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- 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-DE-2016-006-KEW-SBSS
- Archive Date
- 9/29/2015
- Point of Contact
- Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
- E-Mail Address
-
Kyle.Wisor@nih.gov,
(Kyle.Wisor@nih.gov, ontract)
- Small Business Set-Aside
- N/A
- Description
- A. Small Business Sources Sought Notice: NHLBI-CSB-DE-2016-006-KEW-SBSS B. Title: NIDCR Scientific Coding System (SCORE)- Maintenance, Upgrade, and Security Enhancements. C. 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 business sources; and (2) their size classification relative to the North American Industry Classification System (NAICS) code 541511 for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. All capability Statements sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via email) to Kyle Wisor, Contract Specialist, at kyle.wisor@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by September 14th, 2015 9:00 AM, EASTERN TIME under Solicitation Number: NHLBI-CSB-DE-2016-006-KEW-SBSS. FAXES ARE NOT ACCEPTED D. Information: 1. Background The National Institutes of Health (NIH) is the nation's leading medical research agency, and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The mission of the National Institute of Dental and Craniofacial Research (NIDCR) 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". Through nurturing fundamental research and the development of researchers and public health professionals, the NIDCR aims to promote health, to prevent diseases and conditions, and to develop new diagnostics and therapeutics. Knowledge acquisition through science and effective and efficient knowledge transfer are the means used to contribute to improved quality of health. The Office of Science Policy and Analysis, located in the Office of the Director, develops and coordinates science policy and program planning and evaluation for the Institute. The SCORE program was developed by David Scheim over 15 years ago for the NIH Grants System. Since the development of the program, David has performed professional services to the NIH NIDCR maintaining, upgrading, and providing security and enhancements to the system. The previous order HHSN268201100091P was awarded on January 13th, 2011 with four (4) option years. In addition to the day to day tasks, the program needs to be updated to be compatable with Microsfot Windows Server 2012 because Microsoft has recently announced that security updates to the windows server 2002 will no longer be supported, the same system the SCOE program is developed on. 2. Purpose and Objectives The NIDCR requires a contractor to perform specific tasks required for the maintenance, upgrade, and security enhancements of NIDCR's current scientific coding system known as SCORE. This will be achieved by developing customized programming to interface with the most current IMPAC II database structure; to upgrade SCORE compatibility with Microsoft Windows 2012 Server, and to accommodate changes to NIDCR functionality and security requirements, as determined in requirements meetings held between the Contractor and NIDCR program and IT staff. 3. Project Requirements The contractor shall provide the following services: a) The Contractor shall perform the following tasks: i) Develop customized programming to interface with the most current IMPAC II database structure. The NIDCR coding system uses an SQL database and Visual Basic programming. The enhancements must be fully compatible with the existing database and also with IMPAC II and the MS Office Suite, including MS Access and Excel, and must accommodate change to NIDCR functionality and security requirements as specified by NIDCR IT staff. ii) Upgrade SCORE compatibility with Microsoft Windows 2012 Server. The NIDCR computing environment is based on MS Windows 2012 server, using Enterprise Active Directory. The server infrastructure includes IIS web servers, SQL servers and application servers. The standard desktop includes Windows operating system with Microsoft Office. b) The contractor shall provide the following services: i) Provide system support and training, including phone support and system support for NIDCR users, and to assist with closeout tasks including end-of-year file reconciliation and database posting; programming of end-of-year topic reports for NIDCR management; and programming ad-hoc reports as requested by NIDCR coding staff and management. ii) Provide assistance to NIDCR staff in maintaining the system and adapting the database interface to changes made in the enterprise system, and to security enhancements in Windows Server. iii) Fully document the changes made to the source code, and to make source code available upon request to NIDCR staff. iv) Perform additional software changes and custom programming as required by NIDCR to maintain and enhance the capabilities of the current system. c) Deliverables i) Develop customized programming to interface with the most current IMPAC II database structure by October 15th, 2015 ii) Upgrade SCORE compatibility with Microsoft Windows 2012 Server by October 15th, 2015 4. Anticipated Period of Performance/Delivery Date Base Year: October 1, 2015 to September 30, 2016 Option Year 1: October 1, 2016 to September 30, 2017 Option Year 2: October 1, 2017 to September 30, 2018 Option Year 3: October 1, 2018 to September 30, 2019 Option Year 4: October 1, 2019 to September 30, 2020 5. Capability Statement Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement: a. A general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. b. Information as needed in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. c. The respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZONE, etc) pursuant to the North American Industry Classification System (NAICS) code: 541511, Custom Computer Programming Services, Small Business Size $27.5 Million. d. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. e. The capability statement shall not exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins. f. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 6. Closing Statement All capability Statements sent in response to this SMALL BUSINESS SOURCES SOUGHT notice must be submitted electronically (via email) to Kyle Wisor, Contract Specialist, at kyle.wisor@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by September 14th, 2015 9:00 AM, EASTERN TIME under Solicitation Number: NHLBI-CSB-DE-2016-006-KEW-SBSS. FAXES ARE NOT ACCEPTED. This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2016-006-KEW-SBSS/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIDCR, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03876558-W 20150910/150909000434-f7623f2d2db23b2b42c5a8ef8e7464ea (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 |