Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOLICITATION NOTICE

63 -- Pre-solicitation Notice of Intent to Procure Omnicell ADC Server and Software

Notice Date
5/29/2018
 
Notice Type
Presolicitation
 
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
NIH-CC-18-003044
 
Archive Date
6/26/2018
 
Point of Contact
Lisa L. Schaupp, Phone: 3014020735
 
E-Mail Address
Lisa.Schaupp@nih.gov
(Lisa.Schaupp@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE OF INTENT TO AWARD ON A SOLE SOURCE BASIS. THIS IS NOT A REQUEST FOR A QUOTATION. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND QUOTATIONS WILL NOT BE REQUESTED. The National Institute of Health, Clinical Center (CC) intends to solicit on a sole source basis, an Omnicell Base Server with Windows 2016 Upgrade with virtual test server software. The purchase will be made under BPA HHSN269201800001B to Omnicell Inc., 590 E. Middlefield Road, Mountain View, CA 94043-4008. The server is specifically programed to work with the Omnicell Automated Dispensing Cabinets in the NIH Clinical Center, and the upgrade is necessary for the security and safety of patients and staff of the NIH Clinical Center. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 511210 with a Size Standard of $38.5 million in average yearly receipts. This acquisition is NOT set aside for small businesses, but rather is a sole-source acquisition to Omnicell, Inc. REGULATORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 6.302-1 --Only one responsible source and no other supplies or services will satisfy agency requirements. BACKGROUND, PURPOSE AND OBJECTIVES OF REQUIREMENT The NIH CC Pharmacy Department currently uses an automated dispensing cabinet (ADC) system from Omnicell, Inc. to provide controlled access to medications for patient clinical care. The ADC system is an integral component of the hospitals controlled substance dispensing system which obtains compliance with applicable federal regulations. The purpose of this acquisition is to obtain an upgrade to the system server that will then allow for the implementation of a controlled substance diversion detection system. This software system is an upgrade to the ADC system that has been identified as a critical means to improve controlled substance accountability and security. This system is provided by Omnicell and integrates into our existing system. Omnicell is the sole contractor that provides Omnicenter Remote Access software that is compatible with the current Automated Dispensing Cabinets. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION In accordance with FAR part 10, extensive market research was conducted to reach this determination. A sources sought notice was posted on FBO.gov, and a solicitation was posted on GSA Schedule for current medication cabinets, parts, and services. Omnicell's response meets the capabilities for providing an updated server for the current dispensing cabinets. The proposed purchase of the server, sole source, is intended to be purchased as part of a BPA Call under the BPA intended for award to Omnicell, Inc. with a base purchase and four optional service periods. Therefore, only Omnicell, Inc. is found to be capable of meeting the needs of this requirement. Trade Name/Model/Part Number: (1) Trade name: Windows 2016 Upgrade for Production and Test Environments (2) Product's brand name: OC BASE SERVER-UNDER 200 DEVICES and VIRTUAL TEST SERVER (VMWARE) (3) Manufacturer's name: Omnicell, Inc.(Production environment), VMWARE, Inc. (test environment) (4) Model and part number: Part Nos. OMC-SRV-082 (OC Base Server-Under 200 Devices), OMC-SRV-083 (VIRTUAL TEST SERVER (VMWARE). SALIENT CHARACTERISTICS 1) Authentication: The solution shall support integration with NIH directory services supporting an integrated authentication and authorization model (single sign on) utilizing the e-Government profile for Security Assertion Markup Language 2.0 (SAML 2.0). 2) Confidentiality, Security, and Privacy: All patient data shall be stored on the server hosted on the premises at the National Institute of Health, Clinical Center. Responder personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. The Contractor will work with NIH CC Security Team for all FISMA/SAA documentation. 3) The Server/Database/Application Infrastructure shall be updated monthly for security patches for vulnerabilities identified as critical, high or medium. 4) The Server/Application Infrastructure shall provide comprehensive tools for managing both client and server software configurations that minimize hands-on involvement of DCRI technical staff. 5) The Server/Application Infrastructure shall provide comprehensive security and confidentially features including, but not limited to, biometric, password suppression, audit capabilities required by HIPAA, FISMA, and the Privacy Act, and ability to restrict or require data fields. 6) The Server/Application Infrastructure shall include redundancy for any servers required for the system. Servers should be configured in a high availability configuration and be clustered. Servers can be setup as virtual in the NIH CC Virtual Environment. 7) The Server/Application Infrastructure shall support FIPS 140-2 validated encryption at rest for all servers to support the Integrated System. This includes file systems and databases. 8) The Server/Application Infrastructure may support virtual servers on VMWare vSphere 6 as part of the NIH CC Virtual Environment. 9) The Server/Application Infrastructure configuration of hardware will comply with NIH standards for security hardening and install the NIH toolset of required applications, which will be performed by NIH. 10) The Server/Application Infrastructure will require multiple agents on each Server. These agents include but are not limited to: McAfee VirusScan 8.8 (Patch 8), FireEye, ForeScout, CA Asset Management Agent, CylancePROTECT Agent, Nagios, Nessus Agent, VMWare Tools (virtual only), NetBackup Agent (physical only), EMC PowerPath (physical, SAN connected hosts only). 11) The Server/Application Infrastructure shall provide end-to-end data in transit encryption (if web based the system must use SSL and be located behind the CC DMZ). The Server/Application Infrastructure shall provide data encryption of data at rest at both the hardware (f physical) and file level. 12) The Server/Application Infrastructure shall provide tools for notifying system administrators in the event of slowness. 13) The Server/Application Infrastructure shall provide tools for notifying system administrators in the event of system down. 14) The Server/Application Infrastructure shall provide the ability to monitor and record data storage device usage. 15) The Server/Application Infrastructure shall provide tools for automated updating of client software. 16) The Server/Database Management System (RDBMS) Infrastructure must be MS SQL 2012 or greater. MS SQL 2014 is preferred. 17) The Server/Application/RDBMS must only utilize supported products. Unsupported hardware, software, operation systems, applications and database management system versions must be replaced one (1) year prior to end of life. 18) The Server/RDBMS Infrastructure configuration shall support mirroring with at least two nodes with the always on feature turned on. 19) The Server/RDBMS Infrastructure configuration shall support encryption with HHS Standard for Encryption of Computing Devices and Information. All encryption solutions used throughout the Department and referenced throughout this document must be Federal Information Processing Standard (FIPS) 140-2 validated. 20) The Server/RDBMS Infrastructure shall support both complete and incremental backup of database and system files. Backups shall be able to be performed with the system up or down and shall not require taking the system down. 21) The Server/RDBMS Infrastructure shall provide the capability for exporting of system files to allow system restore capabilities. 22) Operations in the event of server failure. 23) The Server/RDBMS Infrastructure failover capabilities will not require human intervention. 24) The Server/RDBMS Infrastructure failover procedures will not require changes in client configuration such as server TCP/IP addresses. 25) The Server/RDBMS Infrastructure shall provide the ability to recover the database from backups and transaction logs. 26) The Server/RDBMS Infrastructure shall provide tools for monitoring and enhancing system performance and load distribution across servers. 27) The Server/Application/RDBMS Infrastructure shall provide tools for automated setup of client software so that software can be installed without Information Technology staff involvement at each client workstation. 28) The Server/Application/RDBMS Infrastructure shall provide version control for server software. 29) The Server/Application/RDBMS Infrastructure shall provide version control for structure changes in the database 30) The Server shall provide for all NIH Security Requirements QUANTITY: 1 Windows 2016 Server with Test and Production Software DELIVERY DATE: Within 30 days after receipt of order. DELIVERY LOCATION: National Institutes of Health, Pharmacy Department 10 Center Drive, Bldg. 10, Room to be Determined on BPA Call. Bethesda, MD 20892 CLOSING STATEMENT THIS NOTICE OF INTENT TO AWARD ON A SOLE-SOURCE BASIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties may identify their interest and capabilities in response to this posting. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. 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. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must provide evidence that they can provide equipment that meets all of the requirements in this announcement and that offered equipment is compatible with Omnicell, Inc. brand Automated Dispensing Cabinet equipment that is currently in use at the NIH Clinical Center so as to maintain the integrity of patient care obtained by use of Omincell, Inc. equipment. The determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Comments to this announcement, referencing this posting number, must be submitted to the CC, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, and must reference the solicitation number NIH-CC-18-003044. Responses must be submitted electronically to the attention of Lisa Schaupp, Contract Specialist, at the email Lisa.Schaupp@nih.gov, by the due date and time marked in this notice. U.S. Mail and Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-18-003044/listing.html)
 
Place of Performance
Address: NIH Clinical Center, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04935923-W 20180531/180529230610-131af52ec1f983cf024cac7fb697e6b9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.