SOLICITATION NOTICE
D -- TIBCO Spotfire and Columbus server software upgrade, enhancement and maintenance
- Notice Date
- 3/27/2018
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- 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
- NIHDA201800105
- Archive Date
- 4/12/2018
- Point of Contact
- Hunter A Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 Office of Acquisition (OA) at the National Institute on Drug Abuse (NIDA) at the National Institutes of Health (NIH) under the Department of Health & Human Services (DHHS), on behalf of the National Center for the Advancement of Transalational Sciences (NCATS) intends to negotiate and award a contract for services to PerkinElmer Informatics, Inc, a wholly-owned subsidary of PerkinElmer, Inc, located at 940 Winter Street, Waltham, MA 02451 for license renewal of TIBCO Spotfire and Columbus server software with upgrade, enhancement and maintenance services. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, sources sought type of notice, number NIHDA201800080, released on FedBizOpps from March 6, 2018 through March 13, 2018, indicates only one source of supply or service is capable of achieving this Government requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541511-Custom Computer Programming Services with associated small business size standard of 27.5 million USD. 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) 2005-97 / 01-24-2018. STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. DESCRIPTION OF REQUIREMENT Project Description Title: TIBCO Spotfire and Columbus server software upgrade, enhancement and maintenance. Statement of Work: 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 following tasks. 1. Migrate the NCATS NCGC TIBCO Spotfire library and configuration from NCATS' existing TIBCO Spotfire 6.0 environment into the production of TIBCO Spotfire 7.8 database as part numbers, description, quantity and performance period as follows: INF00859, High Content Profiler Pro software bundle, 2, 3/26/2018 - 3/25/2019; INF00859, High Content Profiler Pro software bundle, 3, 3/26/2018 - 3/25/2019; N5171511, Lead Discovery powered by TIBCO Spotfire, 40, 3/26/2018 - 3/25/2019; N5171517, TIBCO Spotfire Analyst, 40, 3/26/2018 - 3/25/2019; N5171523, TIBCO Spotfire Consumer, 40, 3/26/2018 - 3/25/2019; N5171526, TIBCO Spotfire Server, 80, 3/26/2018 - 3/25/2019; N5171574, TIBCO Spotfire Statistics Services, 40, 3/26/2018 - 3/25/2019. 2. Provide smoke testing of up to three prioritized migrated library items or TIBCO Spotfire.dxp files; 3. Recommend appropriate remediation for issues found and mentor NCATS program staff on the new features of TIBCO Spotfire in the installed version, maintenance and other services as part numbers, description, quantity and performance period as follows: INF01787, Bronze Support for Columbus Server Software, 1, 3/26/2018 - 3/25/2019; INF01260, Training-SF-503: Instructor-Led, 1 day onsite course, 1, 3/26/2018 - 3/25/2019; INF00004, Spotfire-Research, TIBCO Spotfire Statistics Services, 1, 3/26/2018 - 3/25/2019. Period of Performance The Period of Performance is effective on 3/26/2018 for one base year period of performance containing the option to exercise an additional two (2) subsequent performance periods as option years, according to the following: Base Year: March 26, 2018 through March 25, 2019 Option Year One (1): March 26, 2019 through March 25, 2020 Option Year Two (2): March 26, 2020 through March 25, 2021 Delivery: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Inspection and acceptance will be performed at a Government facililty located at 9800 Medical Center Drive, Rockville, MD 20850. Advanced Understanding: Contractor must be an authorized service provider and be able to provide OEM-certified technicians fully credentialed with current up-to-date training and certification in accordance with the manufacturer's standard commercial warranty practice. Documentation shall be provided by the vendor to show they completed the preventive service on the equipment and left with the COR or POC with service ticket that briefly details the work performed during the service visit to the POC for signature and a copy of the ticket is to be left with the POC. The reports will cover any problems encountered, problem resolution, unresolved problems, softeware updates, and any miscellaneous issues observed. A detailed written report of any service and\or preventative maintenance shall be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being completed. Purpose and Objectives NCATS requires an upgrade to existing licenses of TIBCO Spotfire to the latest version, utilize new features, and receive maintenance support for the current Columbus server software. NCATS will have on-site and existing production and development environment of TIBCO Spotfire 7.8. TIBCO Spotfire software and Columbus server is used in everyday operation across many NCATS disciplines. The software was previously purchased by NCATS as annual TIBCO Spotfire software licenses from Perkin Elmer Informatics, Inc. issued as award number HHSN271201600008A for one base year and one option year effective from March 26, 2016 through March 25, 2018. 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 solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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) at 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 the closing date specified in this announcement and must reference the announcement number on all correspondences. Responses must be submitted electronically to the Contract Specialist at hunter.tjugum@nih.gov. FAX requests are not accepted. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800105/listing.html)
- Record
- SN04868484-W 20180329/180327231736-43abc92f76be7c736ce129a4057b0226 (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 |