SPECIAL NOTICE
D -- SEARCH Software Maintenance and Support
- Notice Date
- 5/19/2008
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 8600 Rockville Pike, Bethesda, Maryland, 20894
- ZIP Code
- 20894
- Solicitation Number
- NLM-08-133-MJK
- Response Due
- 5/30/2008 12:00:00 PM
- Point of Contact
- Maxwell J Kimpson,, Phone: 301-496-6546, Karen D Riggs,, Phone: 301-496-6546
- E-Mail Address
-
kimpsonm@mail.nlm.nih.gov, kr33v@nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Special Notice Sole Source for commercial items prepared in accordance with the format under Simplified Acquisition Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; and FAR Subpart 13.5, Test Program for Certain Commercial Items; 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. This solicitation is being issued as Request for Quotations (RFQ) NLM-08-133-MJK. This solicitation incorporates provisions and clauses that are in effect in the March 2005 FAR Revision, including all FAR Circulars issued as of the date of this synopsis. This acquisition is a 100% small business set-aside and the North American Industry Classification System (NAICS) code is 541511. It is the intent of the Center for Information Technology (CIT), National Institutes of Health (NIH), to negotiate for professional Information Technology (IT) mainyenance services to assist NIH in providing critical enhancements and support for NMS Imaging brand name software previously acquired by NIH to support the NIH System for Executive Records and Correspondence Handling (SERCH) and the NIH Enterprise Ethics System (NEES). NIH conducted an extensive evaluation of the following alternative approaches in choosing the software platform for SERCH and NEES: (1) Utilize commercially-available software products, (2) Perform in-house custom development of the required software applications, and (3) Utilize existing software applications developed by other Government agencies. Following the evaluation of available commercial software products, cost, and system requirements, NIH selected NMS Imaging (formally National Micrographics Systems), 11941 Bournefield Way, Silver Spring, MD 20904 to provide its commercial products (including proprietary support services) as the software platform for both NIH enterprise systems. The purchase order term will be from approximately June 1, 2008 through May 31, 2009 followed by three successive 12-month option periods. The following clauses and provisions cited herein are incorporated by reference into this solicitation and may be obtained from the web site http://rcb.cancer.gov/rcb-internet/SAP/sap.htm: FAR 52.212-1, Instructions to Offerors – Commercial Items (September 2006), and FAR 52.212-4, Contract Terms and Conditions – Commercial Items (February 2007). FAR 52.212-2, Evaluation – Commercial Items (January 1999), also applies with the following three evaluation criteria (listed in descending order of priority) to be included in paragraph (a) of the provision: (1) Experience and expertise of the proposed staff in providing professional IT services to support integrated Federal enterprise systems similar to SERCH and NEES that utilize NMS Imaging software platforms, (2) Experience and expertise of the company in providing professional IT services to support integrated Federal enterprise systems similar to SERCH and NEES that utilize NMS Imaging software platforms, and (3) Past performance in supporting Federal enterprise systems that utilized NMS Imaging software. The intent of this notice is to make an award on a Sole Source basis to the NMS Imaging ( formally DNational Micrographics Systemsm), 11941 Bournefield Way, Silver Spring, Maryland 20904. The award will be made to the offeror who represents the best value to the Government based upon the three technical evaluation criteria that are listed in descending order of priority and, when combined, are more important than price. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (November 2006), with their offers. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (March 2007), applies to this acquisition as well as the following clauses cited therein: FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003), and FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (October 2003). Other sources having the ability to provide the professional IT services described above shall provide clear and comprehensive information supporting their experience and expertise, past performance, and pricing. An offeror’s response should not exceed 25 pages. Any questions can be submitted to Maxwell J Kimpson, Contracting Officer, at (301) 435-4380. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 12:00 PM LOCAL
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea7de10fb1599f210a0f79b86ce6b50c&tab=core&_cview=1)
- Place of Performance
- Address: NIH, 6707 Democracy Blvd, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01576145-W 20080521/080519222240-ea7de10fb1599f210a0f79b86ce6b50c (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 |