SOLICITATION NOTICE
R -- Custom Designed Software Sample Submission & Tracking System
- Notice Date
- 5/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- NIHLM2014166
- Archive Date
- 6/24/2014
- Point of Contact
- Sonya Owens-Cobblah, Phone: 3015944666, Maxwell Kimpson, Phone: (301) 435-4380
- E-Mail Address
-
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is NIHLM2014166 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification (NAICS) Code is 541511 and the business size standard is 1,000 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure a service agreement for custom designed software for submission and tracking of sequencing samples to the Genomics Core Lab. The Genomics Core Lab provides next-generation sequencing services which is available to all intramural researchers. The Core has a requirement for a web-based laboratory information management system for sample submission and tracking. The web form serves two functions - for end users to submit sample data, and for super user to track sample data and generate reports. The database would also incorporate legacy sample data for tracking. The software must offer the following functions: 1. An intranet-accessible web form for end users to submit NGS sample data, individually or in bulk. Depending upon the field type, data will be auto-populated, constrained via validation criteria or pull-down menus, and/or entered as free text. 2. Local access by Core staff to manage user accounts and sample data, and to track samples through the sequencing workflow. 3. The ability to generate various reports specified by Core staff. 4. The ability to integrate legacy sample data into the database. 5. The software/database must be hosted locally and administered by Core staff. 6. Pricing includes training for Core staff in software/database administration. Standard end-user functions: 1. Log in to website 2. Specify individual or bulk submission 3. Enter data for one or more samples 4. Edit data if necessary 5. Submit form 6. Log out 7. Email alert sent to super user Super user functions: 1. Log in to website 2. Search data by one or more criteria 3. Select one or more sample entries for report(s) 4. Edit end user data if needed 5. Enter additional data for report(s) 6. Generate report(s) 7. Log out Additional Information: The system will be hosted on a Dell server (eight cores, 16 GB RAM, 10 TB storage). The operating system is CentOS v6.4. The database platform is MySQL. Currently, at least three types of reports are envisioned. Login accounts and passwords will be managed locally, but the server will be accessible only within the campus intranet to maintain security. The system will be hosted physically, not virtually (see above for server specs). The system is existing (see above for specs). The end user population for sample submission is currently ~150, but potentially expandable to the intramural research community (1000s). Estimate for concurrent access is less than five. Data sets are typically 10-100GB. Description is available in the technical requirements document. The current database platform is MySQL. Development/testing/troubleshooting can take place via contractor-hosted UATs and/or on-site. We have no requirement for a specific web development language. Operations and maintenance will be our responsibility once the system is live. However, instructions should be provided for superuser/admin management of the database. Report specifications are included in the technical requirements document POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered." The following factors shall be used to evaluate offers: Best Overall Value to the Government, Technical Approach, Price, and Past Performance. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) days from the publication date of this synopsis on June 9, 2014 by 4:30 p.m., ET. The quotation must reference "Solicitation number" NIHLM2014166". All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. The National Library of Medicine requests the procurement of the professional services contract to provide service and maintenance. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2014166/listing.html)
- Place of Performance
- Address: NIH, 9000 Rockville Pike, Genomics Core Lab, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03375559-W 20140525/140523234600-b17bb46d6324923b11d7d891f5651239 (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 |