Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
SOLICITATION NOTICE

D -- Software upgrade and consulting service on the Lawson Supply System

Notice Date
12/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
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
185120
 
Archive Date
1/14/2011
 
Point of Contact
Deborah G Culpepper, Phone: 301-402-1928
 
E-Mail Address
deborah_culpepper@nih.gov
(deborah_culpepper@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Project Title: Lawson Upgrade Department: National Institutes of Health, Clinical Center Materials Management Department Project Officer (s) Michael Sandifer (Primary) - 301-496-4660 Tonja Sirmons (Alternate) - 301-496-0410 Background The National Institutes of Health (NIH) is the nation's foremost federally funded biomedical research institution. It is comprised of twenty-four Institutes, Centers, and Divisions. The Magnuson-Hatfield Clinical Research Center aka: as Clinical Center (CC) is the onsite hospital for the NIH campus, providing full support for clinical research in inpatient and outpatient settings. The CC facility comprises four million square feet of clinical, laboratory, and administrative space. The Materials Management Department within the CC is responsible for the Lawson Inventory Management System Application and Management. The Department of Clinical Research Informatics (DCRI) in conjunction with the 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. Objective The objective of this Statement of Work is to provide the Clinical Center Materials Management Department and the Department of Clinical Research Informatics with information technology upgrade support services to maintain and support the existing Lawson Inventory Management System environment and application. Scope of Work At the request of the Government the Vendor is to provide remote upgrade services consisting of installation and migration of all existing Lawson S3 Procurement Suite software, applications, databases and environment onto 2 new government provided servers identified as Lawson Production (Lawprod) and Lawson Development (Lawdev). Please note the NIH only utilizes the Lawson S3 Procurement Suite. # 1. Build/Set up new hardware for Production and Development servers and migrate Lawson from existing 2 servers to the 2 new servers. Upgrade Lawson 9.0.0 to Lawson 9.0.1. Time frame: Project is to begin in 2011 with completion and go-live by the end of October 2011 or before. Note: Intention is to perform upgrade remotely on Development server first for testing and then onto Production server when testing is successful. A) On Development Server • Upgrade Lawson Environment to 9.0.1.5 • Upgrade Lawson Application to 9.0.1.4 • Acceptance Testing • Interface Modification and Application Testing B) On Production Server • Upgrade Lawson Environment to 9.0.1.5 (Over Selected Weekend) • Upgrade Support after Environment Upgrade • Upgrade Lawson Applications to 9.0.1.4 • Upgrade Support after Application Upgrade Note: Over selected weekend after Development Upgrade in order to reduce downtime. # 2. Provide archiving or new product line in order to reduce the amount of data on Production database. Time Frame: Project is to begin in 2011 with completed go-live by the end of October 2011. Note: NIH currently has 10 years worth of data and desires to archive all but 5 years worth of current data. Place of Performance The Government is requesting the work be performed remotely from the Contractors site. Each individual requiring VPN remote access will be required to complete the required online security training. Section 508 Compliance Section 508 requires that Federal Agencies' electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov Unless it is an "undue burden" or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance. Period of Performance: The period of performance for this task order is one year and commences when the contract is awarded. Security: Any personal data collected and/or used under this contract is subject to the Privacy Act Clause (FAR 52.224-2). The Contractor will use any Privacy Act information provided by the Government or other Government contractors for the purposes authorized by this contract only and for no other. The Contractor will not provide the information to any other person or entity, unless explicitly directed to do so by the Government. Each person providing service under this proposal will be required to sign a document of understanding stating that he/she understands and will comply with Privacy Act requirements. Government Furnished Equipment/Government Furnished Information: NIH agrees to establish, maintain, and provide to vendor consultant(s) reliable Connectivity to the Clients system via the internet. This connectivity should be established within 10 - 30 business days after award. The Government will establish, maintain and provide to consultant connectivity to the Governments servers and databases etc. The Government will provide 2 new servers for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/185120/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02350150-W 20101225/101223233747-df7ed4ad96b5ca705cfa9063178fc1a6 (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.