Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOURCES SOUGHT

D -- Sophia Knowledge Management System Maintenance Agreement Renewal

Notice Date
3/30/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2016-267
 
Archive Date
4/20/2016
 
Point of Contact
Stacey M Polk, Phone: 3014020751
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1. Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2016-267 2. Title: Sophia Knowledge Management System Maintenance Agreement Renewal 3. NAICS Code: 541511 4. Description: Software Maintenance Agreement Renewal 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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: In order to better manage the multiple activities and responsibilities of The National Center for Advancing Translational Sciences (NCATS) Office of Strategic Alliances (OSA) and to comply with applicable statutory and regulatory requirements, The Technology Transfer Database (TTD) was installed in 2012. This database manages records and documents, accesses information at other NIH public and private subscription databases, such as those managed by NIH OTT (an agency technology transfer office at the NIH), CRISP, NED (a NIH employee listing), the USPTO, EPO, public market information sites and others, and allows the input of data and cross checks the accuracy of its information. Purpose and Objectives: The purpose of this contract is to provide annual maintenance for the Knowledge Management System, Sophia in order to keep the system up to date. Contractor Requirements: The contractor will provide remote services to include customer data cleaning/uploads, support by phone and email during regular business hours and regular software updates/enhancements which are currently released on a quarterly basis. Requirements and Other Considerations: 1.TRAVEL There will be no travel associated with this contract. 2.INFORMATION SYSTEM SECURITY PLAN: Contract staff is required to have the necessary background checks and clearances in place, prior to services being performed under this contract. 3.DATA RIGHTS The NCATS shall have unlimited rights to and ownership of all deliverables provided under this contract including reports, recommendations, briefings, work plans and all other deliverables. This includes the deliverables provided under the basic contract and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data General," is hereby incorporated by reference and made a part of this contract/order. 4.SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. 8.CONFIDENTIALITY OF INFORMATION a.Confidential information, as used in this article, means information or data of a personal nature about individual or proprietary information or data submitted by or pertaining to an institution or organization. b.The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential. Similarly, the Contracting Officer and the Contractor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. Failure to agree will be settled pursuant to the "Disputes" clause. c.If it is established elsewhere in this contract that information to be utilized under this contract, or a portion thereof, is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. d.Confidential information, as defined in paragraph (a) of this article, shall not be disclosed without the prior written consent of the individual, institution, or organization. e.Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this article, the Contractor should obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. f.Contracting Officer's determinations will reflect the result of internal coordination with appropriate program and legal officials. g.The provisions of paragraph (d) of this article shall not apply to conflicting or overlapping provisions in other Federal, State or local laws. The following information is covered by this article: "To Be Determined" Period of Performance: Base Period:June 25, 2016 - June 24, 2017 Option Period One:June 25, 2017 - June 24, 2018 Option Period Two:June 25, 2018 - June 24, 2019 Option Period Three:June 25, 2019 - June 24, 2020 Option Period Four:June 25, 2020 - June 24, 2021 Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Small Business Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Stacey Polk, Contract Specialist at spolk@nida.nih.gov. The response must be received on or before April 5, 2016 at 12 p.m., Eastern Standard Time. "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/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-2016-267/listing.html)
 
Place of Performance
Address: National Institutes of Health, National Institute on Drug Abuse, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04067876-W 20160401/160330235121-e96b5dcacf2d86b5c6287592a4f76b84 (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.