Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

70 -- Software and Licenses

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
AM80874
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services as defined in FAR Subpart 12.6 and is prepared in accordance with the format and Simplified Acquisition procedures in FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ 81257 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This acquisition will be processed under Simplified Acquisition Procedures FAR Subpart 13.5. The associated North American Industry Classification System (NAICS) Code is 541511. The NIH Clinical Center (CC) is a 250 bed research hospital providing all medical services for subjects participating in human research protocols at the National Institutes of Health (NIH). The Clinical Center provides patient facilities; and services for clinical investigations conducted by the NIH institutes, research in related areas; and supervise residency and other training programs. The Clinical Center, Department of Clinical Research Information Technical Operations Section (DCRI-TO) is responsible for the maintenance and management of all IT systems supporting the CC, including but not limited to, the Clinical Research Information System (CRIS), the Laboratory Information System and other systems that support the Clinical Center and NIH Mission. The NIH Clinical Center is in the process of upgrading Eclipsys Sunrise Clinical Manager (SCM) the main system supporting patient care. This system has very specific performance requirements. To ensure that the needs of the patients and clinicians are met, it?s paramount that both performance and functional testing to be performed to meet those requirements. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. This purchase order shall be for a Firm Fixed Price and scheduled award date is anticipated to be September 25, 2006. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must also include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service. The purpose of this procurement is to purchase the Mercury LoadRunner and the Quick Test Professional Software and Licenses. The tools offered by Mercury provide specific scripts for testing which have been designed and tested in Eclipsys lab as well as at an independent testing facility. Requirements Quantity 1 Mercury LoadRunner 8.1 Controller Perpetual License 1 Mercury LoadRunner All Standard and Premium Monitors Perpetual license 250 Mercury LoadRunner for Multiple Protocols 3 Protocols Perpetual license 5 Mercury QuickTest Professional 8.2 Perpetual Area Concurrent license Must be a load testing product that determines application scalability, behavior, and performance; must be able to emulate thousands of virtual users; obtain an accurate picture of end-to-end system performance prior to going live; verify that new or upgraded applications meet specified performance requirements; identify and eliminate performance bottlenecks during the development lifecycle; accelerate delivery of new applications and upgrades to enable the business while minimizing the risk of production downtime and poor performance; must integrate fully with Mercury QuickTest Professional, Mercury Winrunner, and TestDirector Applications; must support the following enterprise environments, including ERP/CRM, Web, J2EE, .NET, wireless, and streaming media; enable reliable unattended script execution; handles unforeseen application events with Recovery Manager, facilitating 24x7 testing to meet test project deadlines; collapses test documentation and test creation to a single step with Auto-documentation technology; rapidly isolates and diagnoses defects with reports. Delivery Schedule The software items listed in the scope of this document must be delivered within 30 days from the date of PO award. The delivery must be noted as an inside delivery to the address listed below. Inspection and Acceptance Criteria When the items listed are received the government will inspect them to determine full compliance with the required specification before making final acceptance and authorizing payment. Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government. Offers must be submitted no later than September 15, 2006 Eastern Standard Time 5:00 p.m. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee. Collect calls will not be accepted. All questions should be emailed only to amcgee@cc.nih.gov by September 8, 2006. Quotes should be electronically submitted via email only to amcgee@cc.nih.gov.
 
Place of Performance
Address: 10 Center Drive, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01131075-W 20060902/060831220418 (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.