Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

70 -- Renewal of InterSystems Cache Enterprise Software Maintenance

Notice Date
1/31/2018
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
 
ZIP Code
96857
 
Solicitation Number
0011108718_SOFTWARE_RENEWAL
 
Archive Date
2/20/2018
 
Point of Contact
Susan Adams, Phone: 8086561045, Stephanie A. Hunter, Phone: 8086560995
 
E-Mail Address
susan.l.adams28.civ@mail.mil, Stephanie.a.hunter20.civ@mail.mil
(susan.l.adams28.civ@mail.mil, Stephanie.a.hunter20.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The 413 th Regional Contracting, Hawaii intends to negotiate and award a contract for the renewal of InterSystems Cache Enterprise Software Maintenance (software updates / technical assistance 24/7/365). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 511210 - Software Publishers with a dollar amount of 38.5M in average annual receipts. STATUTORY AUTHORITY : This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT: Title: Renewal of InterSystems Cache Enterprise Software Maintenance Tripler Army Medical Center has a requirement for InterSystems Cache Enterprise Software Maintainence for 30 concurrent users. Cache is a new generation of ultra-high performance database technology. It combines an object database, high performance SQL, and powerful multidimensional data access all of which can simultaneously access the same data. Data is only described once in a single integrated data dictionary and is instantly available using all access methods. Cache provides levels of performance, scalability, rapid programming, and ease of use unattainable by relational technology. Cache includes an Application Server with advanced object programming capabilities, the ability to easily integrate with a wide variety of technologies, and an extremely high-performance runtime environment with unique data caching technology. Cache objects can be used with many popular development technologies including Java,.NET, C++, XML, and others. The dependencies on this software are: 1) Janus and its ancillary applications (Embedded Provider,VA Reports and TAMC Reports) 2) eDR(DRMS) - eDR(DRMS) pulls DoD data from the Cache Server to populate tables in the eDR(DRMS) database which is used for eDR application as well as the Honolulu VA Data warehouse pulls some of this data from the eDR database. The eDR(DRMS) system needs the Cache software on the DoD virtual server. If this goes away, VA will have no access to any TAMC data. Contractor shall provide the renewal of InterSystems Cache Software Maintenance (Software Updates / Technical Assistance) for 30 concurrent users. The software must be compatible with existing government-owned and VA owned servers, and existing software. The existing CHCS daily routines are exclusively for the InterSystems Cache Enterprise software. It would not be practical or cost effective to purchase other than the recommended InterSystems Cache Enterprise software in order to meet mission requirements. Specifically: • Vendor shall provide any software updates as new releases are available for 30 licenses of Cache Enterprise Multi-server • Vendor shall provide 24x7x365 technical assistance for 30 licenses of Cache Enterprise Multi-server Anticipated period of performance: The required period of performance is a one-year base period, plus four option years. CLOSING STATEMENT This synopsis is not a request for competitive quotes. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 12:00 PM Hawaii, February 5, 2018 and must reference number (0011108718-SOFTWARE RENEWAL) Responses must be submitted electronically to Susan Adams, Contract Specialist, at susan.l.adams28.civ@mail.mil and must reference number (0011108718-SOFTWARE RENEWAL) on our electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66e77245bf3e5e9357c4669316e43ea5)
 
Place of Performance
Address: Hawaii, United States
 
Record
SN04805005-W 20180202/180131230935-66e77245bf3e5e9357c4669316e43ea5 (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.