SOLICITATION NOTICE
D -- Information Systems Support
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NHLBI-AR-PB-2007-233-RCO
- Response Due
- 9/15/2007
- Archive Date
- 9/30/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes a combined synopsis/solicitation, and a separate written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ). The reference solicitation number is NHLBI-PB (AR)-2007-233-RCO. The National Heart, Lung and Blood Institute on behalf of the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) propose to procure service from a contractor for hardware and software support to its protein X-Ray Crystallographic system. The contractor will provide the support and services to maintain the high-end computer and Crystallography Facility/Office of Science Technology offices. This acquisition is in accordance with the simplified acquisition procedures authorized in FAR Part 13, and as a result, a purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-19 (08/17/07). The total contracted dollar amount, including options will not exceed $5 million. This acquisition is set-aside for Small Businesses. The North American Industry Classification System Code (NAICS) code is 541519 and the business size standard is $6.5 dollars. The proposed period of performance is October 1, 2007 through September 30, 2008 The proposed level of effort is 560 direct labor hours. Place of Performance : The contractor will perform his or her duties on or off site during non-business hours to minimize disruption to the government operations, in Bethesda, Maryland. The Contractor must conduct the follow task/duties as well as other related duties: 1. The contractor must maintain existing programs written UNIX and Unix-like operating systems such as Silicon Graphics IRIX and Red Hat Linux. 2. The contractor must install and maintain crystallographic related software such as O, CNS, SHELX, X-PLOR, CCP4, SHARP, RIBBOBS, and MOLSCRIPT, SOLVE, HKL2000, SnB, XTALVIEW, CRYSTAL CLEAR and other related X-Ray crystallographic software. 3. The contractor must maintain the Web page, C, FORTRAN, Shell, PL/SQL?s development and maintenance. 4. The contractor must maintain existing system hardware include utilizing service support contracts with appropriate hardware vendors. The contractor must be efficient and experienced with the following systems or databases- Oracle Database/Application Sever Administration, UNIX (SGI,SUN, PC-Microsoft Windows XP/2003 Server, and SGI Octane, O2, Sun workstations/servers in order to Patch operating systems. 5. The contractor must perform routine scheduled tasks to include data backups, systems upgrades and troubleshooting; this includes after 5pm weekends and federal holidays to minimize impact to lab operations. 6. The contractor must coordinate with other NIAMS IT staff to resolve network and other cross-platform issues. 7. The contractor must log all actions into the NIH Remedy Help Desk System. Deliverables: Provide monthly status reports on tasks completed to the NIAMS CIO and IRP representatives. A market research conducted by the Government determined that one (1) small business showed interest, which confirms the commercial market. This part prescribes policies and procedures for conducting market research to arrive at the most suitable approach to acquiring, distributing, and supporting supplies and services. This part implements requirements of 41 U.S.C. 253a (a) (1), 41 U.S.C.264b, and 10 U.S.C. 2377. The technical portion of quotations will receive paramount consideration in selection of a vendor. However, cost/price will also be a significant factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical factors. The Government will evaluate technical capability using the following criteria: a). Technical knowledge and hands on experience with the hardware, software as identified; b). Ten (10) years of verifiable expertise in maintaining X-Ray Crystallographic systems; c). Comprehensive understanding of the statement of work requirements listed; d). Five (5) years past performance on all other systems; except X-Ray Crystallograpic Systems (see b.). Offerors responding to this solicitation must submit their offer in accordance with their standard commercial practices (e.g. company letterhead and formal quote form etc.) and include the following information: The following provisions and clauses apply Provision 52.213-4 Terms and Conditions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) 52.212-1 Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); Offers must be registered in the Central Contractor Registration at www.ccr.gov and Business Partner Network at www.bpn.gov prior to award or by calling 1-888-227-2423 or 269-961-5756. Any questions on this combined synopsis/solicitation must be submitted to the Contract Specialist by September 10th at rowens@nhlbi.nih.gov . Offers and related materials must be received in this office by September 20, 2007 no later than 5:00pm; Washington DC time. All responsible sources may submit a quotation, which if timely received, will be considered by the agency. Submit offers to Contract Specialist at the address listed on this notice. Reference synopsis number NHLBI-PB (AR) 2007-233-RCO on your offer. National Heart, Lung, and Blood Institute, Office of Acquisitions, Procurement Branch 6701 Rockledge Drive, Room 6144, Bethesda, Maryland 20892-7902 Attention: Rosie C. Owens, Contracting Specialist Phone 301-435-0365, rowens@nhlbi.nih.gov or Debra Hawkins, Chief, Procurement Branch, Phone (301) 435-0367, Fax (301) 480-3345, Email dh41g@nih.gov
- Place of Performance
- Address: Bethesda, Maryland
- Zip Code: 20892-7902
- Country: UNITED STATES
- Zip Code: 20892-7902
- Record
- SN01395088-W 20070907/070905220517 (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 |