SOLICITATION NOTICE
D -- E-Notebook & ChemBioOffice Enterprise Upgrade/NMR Replacement Part & Installation
- Notice Date
- 1/17/2018
- Notice Type
- Presolicitation
- NAICS
- #511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHSN-NIH-NIDA-SS-18-068
- Archive Date
- 2/7/2018
- Point of Contact
- Jessica Adams, Phone: 3014438761, Jeffrey Schmidt, Phone: (301) 402-1488
- E-Mail Address
-
jessica.adams@nih.gov, schmidtjr@mail.nih.gov
(jessica.adams@nih.gov, schmidtjr@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT TO ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Center for Advancing Translational Sciences(NCATS) Section within the National Institute on Drug Abuse (NIDA) Office of Acquisition, intends to negotiate and award a contract for an E-Notebook & ChemBioOffice Enterprise Upgrade/NMR Replacement Part & Installation. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 511210 - Software Publishers with a dollar amount of 38.5M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-96 (dated November 6, 2017). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. DESCRIPTION OF REQUIREMENT Title: E-Notebook & ChemBioOffice Enterprise Upgrade/NMR Replacement Part & Installation The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH); their mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules for application against a wide range of human diseases. •NCATS is in need of E-Notebook and ChemBioOffice Enterprise Upgrade to be used to in everyday activities by all chemists at the Center to capture their experiments. •NCATS is in need of a replacement laser head and installation for an NMR that is currently out of service Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the Statement of Work below: 1. Vendor will smoke test and upgrade the Test and Production environments CBOE 12.6.2 to 12.6.3 PF1 or current available version, E-Notebook from version 13.7.1 to 13.9 pF2 or current available version, and upgrade of Simple E-Signatures, SDM, COWSWebService, and COE integration. Patches and point fixes will be applied as needed. 2. Vendor will provide replacement laser for NMR and service to repair. Specific Requirements 1. Vendor will supply one laser head (HENE) 1mW PN # L1181245 2. ID Activities Comments/Deliverables: 4.1.1 Project Kickoff Vendor shall schedule and hold a project kickoff meeting to review tasks and ensure customer readiness. Vendor will review software downloads and hardware and software pre-requisites with Customer to ensure readiness. Standard kickoff agenda will be provided. 4.1.2 Project Management Assist Customer with project management activities including communications, scope management, project tracking and resource allocation issues. 4.1.3 Vendor will perform smoke testing on current Customer Test and Production environments to ensure proper functionality prior to upgrade. Systems are working as expected. 4.1.4 Vendor will perform system and software requirement checks on current Customer Test and Production environments to ensure system readiness for upgrades. Pre-requisites are in place for upgrade activities. ID Upgrade Activities - Test environment 4.1.5 Vendor will install Cartridge 15.1 or current available version, Customer Test environment is available for installation. Customer to perform database and webserver backup or snapshot before installation. Note from install guide: "For an upgrade of Oracle Cartridge version over an already existing cartridge all the existing Cartridge indexes have to be recreated." Ample time will be allocated for the creation of indexes as the current system contains over two million records. 4.1.6 Vendor will install CBOE 12.6.3 or current available version onto the TEST environment. Customer will provide access to appropriate resources and system accounts as necessary. 4.1.7 Vendor will upgrade CBOE schemas to 12.6.3 or current available version. 4.1.8 Vendor will install CBOE 12.6.3 PFl or current available version onto the Test environment. 4.1.9 Vendor will install E-Notebook Enterprise patch 13.9 or current available version onto the Test environment and upgrade the ELN database to 13.9 or current available version. 4.1.10 Vendor will upgrade COWS Webservice and COE Integration on the Test environment. 4.1.11 Vendor will upgrade Simple E-Signatures and SOM on the Test environment. 4.1.12 Vendor will install E-Notebook Enterprise 13.9 Point Fix 2 or current available version onto the Test environment and upgrade the ELN database. 4.1.13 Vendor will upgrade COWS Webservice, COE Integration, Simple E-Sign and SOM to version 13.9 PF2 or current available version onto the Test environment. 4.1.14 Vendor will update the Test environment ClickOnce client deployment folder. Customer will provide a client with required software installed for testing. 4.1.15 Vendor will perform basic functional testing to ensure that the upgraded applications work correctly and resolve issues found. ID Upgrade activities -Production environment 4.1.16 Vendor will install CsCartridge 15.1or current available version onto the Production environment. Customer production system available for installation. Customer to perform database and webserver backup or snapshot before installation. Note from install guide: "For an upgrade of Oracle. Cartridge version over an already existing cartridge all the existing Cartridge indexes have to be recreated." Ample time will be allocated for the creation of indexes as the current system contains over two (2) million records. 4.1.17 Vendor will install CBOE 12.6.3 or current available version onto the Production environment. 4.1.18 Vendor will upgrade CBOE schemas to 12.6.3 or current available version. 4.1.19 Vendor will install CBOE 12.6.3 PFl or current available version onto the Production environment. 4.1.20 Vendor will install E-Notebook Enterprise patch 13.9 or current available version onto the Production environment and upgrade the ELN database to 13.9 or current available version. Customer will provide access to appropriate resources and system accounts as necessary. 4.1.21 Vendor will upgrade COWS Webservice and COE Integration on the Production environment. 4.1.22 Vendor will upgrade Simple E-Signatures and SOM on Production environment. 4.1.23 Vendor will install E-Notebook Enterprise 13.9 Point Fix 2 or current available version onto the Production environment and upgrade the ELN database. 4.1.24 Vendor will upgrade COWS Webservice, COE Integration, Simple E-Signatures and SDM to version 13.9 PF2 or current available version onto the Production environment. 4.1.25 Vendor will update the Production environment ClickOnce client deployment folder. Customer will provide a client with required software installed for testing. 4.1.26 Vendor will perform basic functional testing to ensure that the upgraded applications work correctly and resolve issues found. Anticipated period of performance : Description Estimated completion: 1 Project kickoff Within two (2) weeks of receipt of valid Purchase Order referencing this sow 2 ELN upgrade to 13.9 PF2 or current available version completed in Customer Test environment Within two (2) weeks of #1 3 CBOE upgrade to 12.6.3 PFl or current available version completed in Customer Test environment Within one (1) week of #2 4 ELN upgrade to 13.9 PF2 or current available version completed in Customer Production environment Within three (3) week s of #3 5 CBOE upgrade to 12.6.3 PFl or current available version completed in Customer Production environment Within one (1) week of #3 6 Project completion Upon delivery of all tasks in #4 of this SOW LEVEL OF EFFORT : N/A DELIVERY DATE : 2 weeks ARO CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 1:00 PM Eastern, January 23, 2018 and must reference announcement / solicitation number HHSN-NIH-NIDA-SS-18-068. Responses must be submitted electronically to Jessica Adams, Contract Specialist, at jessica.adams@nih.gov. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHSN-NIH-NIDA-SS-18-068/listing.html)
- Place of Performance
- Address: Rockville, Maryland, United States
- Record
- SN04792079-W 20180119/180117231426-84747498a15a5bdfbfa7cee8d22b9dff (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 |