SOURCES SOUGHT
D -- Provation Medical Software License and Support
- Notice Date
- 8/3/2011
- Notice Type
- Sources Sought
- 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, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- P11-008289
- Archive Date
- 8/30/2011
- Point of Contact
- Brian J. Lind, Phone: 301-402-0735
- E-Mail Address
-
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought/Market Survey Notification The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small businesses capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey. The National Institutes of Health (NIH), Clinical Center (CC) the Department of Research Informatics (DCRI) has a requirement for ProVation MD Pulmonary and GI Licenses and maintenance and support. The applicable North American Industrial Classification System (NAICS) code is 541511 and the small business size standard is $25 million dollars. The vendor is to provide maintenance pricing for the following licenses. ProVation MD for GI (SLA & Addendum 3) ProVation MD for Pulmonary (Addendum 2 & 3) HL7ORU Interface Maintenance Requirements • The contractor will provide unlimited 24x7x365 telephone technical support for the Supported products, Monday through Friday during normal business hours. "Supported Products" shall mean the then current Major Version of the listed software programs running the specified operating system software and, for a period of 12 months after introduction of a new Major Version of such program, the immediately preceding Major Version of the software program. • Contractor will provide access to its electronic support such as the web-based Technical Library, electronic case management, electronic software distribution, and Newsgroups for all authorized support contacts. • Contractor will provide the following updates and improvements to the Supported Programs, as they are made generally available to Contractor's customers on support plans that include these services • Contractor will provide bug fixes or workaround solutions to correct, to the extent reasonably possible, any defects in the Supported Programs, which cause the Supported Programs not to operate in accordance with the Supported Programs published end user documentation. Contractor reserves the right to make corrections or fixes only to the current or immediately preceding version of the Supported Programs at Contractor's sole discretion. The contractor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described. This notice is a market survey and is for information and planning purposes only and does not commit the Government to a contractual agreement. THIS IS NOT A REQUEST FOR PROPOSAL. The Government will not award a Contract based upon Contractor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Contractors must send written capability responses by August 15, 2011 to Mr. Brian Lind, Contract Specialist at Lindbj@cc.nih.gov or by mail at the address below. For any questions, please contact Mr. Brian Lind at 301-402-0735. Mr. Brian Lind Contract Specialist Clinical Center Office of Purchasing and Contracts 10 Center Drive Building 10, Room 1-1444, MSC 1604 Bethesda, MD 20892-5480
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/P11-008289/listing.html)
- Place of Performance
- Address: National Institutes of Health, Clinical Center, 10 Center Drive, Building 10, Room 1C290, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02520993-W 20110805/110804000214-5ea158ce8a3b9603290112a706b454ee (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 |