SOURCES SOUGHT
D -- 4D Database Technical Support Maintenance
- Notice Date
- 10/15/2014
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- 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
- NIHCC15-000038
- Archive Date
- 11/14/2014
- Point of Contact
- Rieka Plugge, Phone: 301-496-1199, Julius Y Tidwell, Phone: 301-496-0101
- E-Mail Address
-
rieka.plugge@nih.gov, jtidwell@cc.nih.gov
(rieka.plugge@nih.gov, jtidwell@cc.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health, Clinical Center is conducting a sources sought/market survey to help determine the availability and technical capability of qualified small businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small businesses capable of serving the needs mentioned below. This sources sought/market survey 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 sources sought/market survey. The National Institutes of Health, Clinical Center, Department of Clinical Research Informatics (DCRI) is responsible for the network infrastructure that supports the technology of all mainframe and desktop computers, and the management and development of applications and databases. The Clinical Center at the National Institutes of Health has a requirement for a single award Purchase Order and the objective will be to provide the Department of Clinical Research Informatics (DCRI) with 4D Database Technical Support Maintenance. The NIH Clinical Center utilizes 4D software for the applications supporting several clinical functions. Some of these applications are critical to the hospitals primary function of providing safe and efficient patient care. The products and services required shall include but not limited to licenses, technical support, and maintenance as follows: 1. The Contractor shall provide the following licenses: 4USE00U00USN001 4D Server Yearly Maintenance Qty (3) 4UCL00U00USN010 4D Client Expansion Yearly Maintenance - 10 Users Qty (6) 4UCL00U00USN005 4D Client Expansion Yearly Maintenance - 5 Users Qty (2) 4UWR00U00USN010 4D Write Expansion Yearly Maintenance - 10 Users Qty (3) 4UWR00U00USN005 4D Write Expansion Yearly Maintenance - 5 Users Qty (1) 4USQ00U00USN001 4D SQL Expansion Yearly Maintenance - 2 Cores Qty (3) 4DDP00U00USN001 4D Developer Professional Yearly Maintenance Qty (2) 4UWS00U00USN001 4D Web Services Expansion Yearly Maintenance Qty (1) PN4P02C12UFS001 Partner Program Silver Yearly Qty (1) 2. The Contractor shall provide telephone technical support for the Supported product, 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. 3. The Contractor shall 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. 4. The Contractor shall 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. 5. The Contractor shall 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 Government is performing market research in order to determine if businesses possess the capability to execute the requirements of this anticipated solicitation. A fixed-price Purchase Order is intended, and will include one 12-month base period, with four 12-month options to extend the effective period of the Purchase Order. The applicable North American Industrial Classification System (NAICS) code is 511210 (small business size standard is $25 million dollars). The vendor responses must demonstrate their expertise/experience in providing the services described above. Please note that failure to specifically demonstrate capability to provide the required services in your response to this sources sought/market survey may affect the Government's review of industry's ability to perform these services. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm. The vendor 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 sources sought/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 any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the sources sought/market survey or the Government's use of the information. Any proprietary information should be clearly identified as "Proprietary Information." Vendors must send written capability responses by 9 AM, October 30, 2014 to the Contract Specialist at the following e-mail address: rieka.plugge@nih.gov. For any questions, please contact the Contract Specialist - Ms. Rieka Plugge at (301) 496-1199.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCC15-000038/listing.html)
- Place of Performance
- Address: NIH Clinical Center, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03550491-W 20141017/141015234230-0858448f9180593cc9bccd9ffbe904f1 (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 |