SOLICITATION NOTICE
D -- AppWorx Annual Patchwork Maintenance
- Notice Date
- 9/8/2014
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- nihlm2014284
- Point of Contact
- Reginald Brown, Phone: 3014354393, Sally Boakye, Phone: 301-496-6546
- E-Mail Address
-
reginald.brown3@nih.gov, boakyes@mail.nih.gov
(reginald.brown3@nih.gov, boakyes@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: This is a presolicitation/notice of intent to sole source for commercial services prepared in accordance with FAR Parts 12 and 13. It is the intent of the National Institutes of Health (NIH) Business System (NBS) to procure software on a sole source basis from Automic Software Incorporated, 14475 N.E. 24th St., Suite 210, Bellevue, WA 98007-3739 under the authority of FAR 6.302-1(a)(2) to provide the NBS with software. The North American Industry Classification System Code (NAICS) is 541511- Custom Computer Programming Services with a small business size standard of $25.5 million. Background and Objectives: The NIH intends to contract for annual auto-patch maintenance support, services and supplies of the UC4 AppWorx Support and Services. AUTOMIC AppWorx is the only Job Scheduling and Output Management software available offering the following features critical to the support and management of the HHS and NIH Business Systems. At the Enterprise Level, AUTOMIC AppWorx allows the customer to manage the jobs running in their information processing environment (data centers) in a scriptless environment. Typically, complex scripts containing Predecessor, Dependency, Conditional, and other Event Processing logic need to be manually written by the customer to run and manage the jobs. These scripts are very time consuming to write, test, and document and are typically written in a language specific to each operating system (i.e. UNIX, Windows, LINUX etc). AUTOMIC AppWorx eliminates the need to write these scripts by providing the customer with a drag and drop graphical interface thereby eliminating 85-95% of the time required to set jobs up to run. Additionally, this methodology is used across all operating systems and all applications. Period of Performance: One year from date of award with two 12 month option periods. Contractor Tasks: • Provide Major product and technology releases • Updates, fixes, security alerts, data fixes, and critical patch updates during the contract term with immediate download passwords • Provide software license replacement for accidently damaged or malfunctioning hardware keys (Not including lost keys) • Certification with most new AUTOMIC AppWorx products • Provide 24X7 Technical support via Metalink (Oracle support site) or via phone (access to protected support pages on the AUTOMIC AppWorx website for troubleshooting). Optional Contractor Tasks • Additional Maintenance and Technical Support and supplies may requires to maintain the integrity of the NBS & UFMS Enterprise System, o Data Corruption cause by the NBS/UFMS Enterprise System o Upgrades and installations from other software applications within the enterprise systems which impact the performance and integrity of AUTOMIC applications o Modification to Automic application which is necessary to meet new initiatives/requirements and/or agency mandates. Sole Source Justification: Pursuant to 41 U.S.C. 253(c)(1) as set forth in the Federal Acquisition Regulation (FAR) at 6.302-1, Only One Responsible Source, the AppWorx software is proprietary to Automic Software Inc. The following provisions and clauses apply to this acquisition and are incorporated by reference. Full text may be found at https://www.acquisition.gov/Far FEDERAL ACQUISITION REQULATION (FAR) CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive orders This is not a Request for Proposals (RFP), nor is a RFP available; however, all responsive sources may submit a proposal in a timely manner which will be considered by NLM. Firms interested in responding to this notice must be able to provide the referenced software and service as specified above. Responses must be in writing and must be received electronically at the Government infrastructure by 4:00pm EST on Friday, September 12, 2014. Proposals must include pricing information and should reference Pre-Solicitation No. NIHLM2014284 and should be submitted to reginald.brown@nih.gov. Inquiries regarding this procurement shall be submitted electronically to reginald.brown@nih.gov and shall be received by 12:00 PM EST on Wednesday, September 10, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/nihlm2014284/listing.html)
- Place of Performance
- Address: Democracy II, 6707 Democracy Blvd., Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03500350-W 20140910/140909022159-efd16e4cff9ba5069b77d26f0a5f972d (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 |