SPECIAL NOTICE
99 -- NOTICE of INTENT MICROSOFT PREMIER SUPPORT AND MICROSOFT CONSULTING SERVICES - SOW
- Notice Date
- 11/23/2015
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM-2016721-DNB
- Archive Date
- 12/17/2015
- Point of Contact
- Dionne N. Brown, Phone: 3014354378, Karen Miller, Phone: 301-496-6546
- E-Mail Address
-
dionne.brown@nih.gov, kr33@nih.gov
(dionne.brown@nih.gov, kr33@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW This is a pre-solicitation and a notice of intent to sole source for commercial items prepared in accordance with FAR Parts 12 and 13.5. It is the intent of the National Institutes of Health (NIH), National Library of Medicine (NLM) under the authority of FAR 6.302-1 to procure for the Center for Information Technology (CIT) for the use of Microsoft Premier Support and Microsoft Consulting Services for the U.S. Department of Health and Human Services. The North American Industry Classification System Code is 541519 and the business size standard is $25.5 million. This is not a 100% small business set-aside. The Contractor shall provide Microsoft Premier Support and Microsoft Consulting Services. TASKS The overall objective of this requirement is to obtain Microsoft Public Sector Services, including MCS and Premier support for HHS Operating Divisions (OpDiv), and Institutes and Centers (ICs). This contract will provide an integrated and comprehensive method for acquiring responsive, efficient, and cost-effective information technology consulting services and product support, incorporating technical and security requirements and considerations, for the maintenance and expansion of the HHS IT environment. The Contractor shall provide consulting services for the planning, design, standardization, and deployment of Microsoft products and services. In addition the Contractor shall evaluate, document, and recommend new advances in technology. The Contractor shall provide product support and trouble-shooting support to assist HHS with correctly configuring and operating Microsoft products in the HHS IT environment. SOLE SOURCE JUSTIFICATION Microsoft Premier Support (MPS) and Microsoft Consulting Services (MCS) provide technical support and assistance for NIH and HHS' current system configuration and current state operational activity. Microsoft's products are an integral part of the Department's day-to-day operating activities and their continued optimal functionality is of the utmost importance. As the need arises for significant redesign of the current system configuration and/or operational capacity, Microsoft Consulting Services are used to provide technical system engineering design assistance. As the system engineering design is done largely at the Microsoft proprietary Operating System (OS) level, no other vendor has the proprietary rights, and thus the technical capacity which can be supported by any Microsoft certified consultant. The Government's use of Microsoft's Premier Consulting services is essential to its information technology structure, and the loss this support could essentially cause a break in service for the Government's computer infrastructure. MPS services are necessary to meet the Government's continued requirements. Access to proprietary Microsoft Intellectual Property (IP) which include Operating System software code is required for all of the required MPS services, and this access is only available to Microsoft employees. Microsoft employees are required for access to proprietary Microsoft source code, tools, processes and knowledge to provide the MPS. Microsoft is the only responsible source of the services provided, as they are the original software publisher for the Microsoft software products currently utilized within the NIH and HHS. NIH currently has an ongoing need to have sufficient root OS access privileges needed to conduct error condition troubleshooting, root cause analysis, and system restoral. Replacing the Microsoft software with alternative software would generate an unnecessary cost to the taxpayer in the tens of millions of dollars range to replace both the Microsoft software itself and to re-engineer business that is designed to operate in the Microsoft operating system environment. This rough estimate is based on the number of desktops, laptops, and servers within the entire HHS that currently utilize various types of Microsoft products. Purchasing alternative software would cause a lapse in service, while acquiring, testing and implementing the new software, as well as degrade HHS's ability to meet its mission of providing services to its customers throughout the United States and abroad. Given the current climate and users' familiarity with Microsoft's products, this is a long term strategy that is impractical and would require more user buy in than necessary given the viable alternative. HHS program staff have specified the Government's minimum needs for Microsoft Premier and Consulting services. The staff has certified that those technical specifications are complete and accurate and form the basis by which an award under FAR 6.302-1 is justified. This is not a Request for Quotation (RFQ), nor is a RFQ available; however, all responsive sources may submit a capability statement in a timely manner which will be considered by NLM. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms interested in responding to this notice must be able to provide the referenced service as specified above. Responses must be in writing and must be received electronically at the Government infrastructure by 1:00 PM EST on, December 2, 2015. Capability Statements must include pricing information and should reference NIHLM-2016721-DNB and should be submitted to dionne.brown@nih.gov. FEDERAL ACQUISITION REQULATION (FAR) CLAUSES The following provisions and clauses apply to this acquisition and are incorporated by reference. Full text may be found at https://www.acquisition.gov/Far. FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive orders
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM-2016721-DNB/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Record
- SN03952898-W 20151125/151123234543-437c113313832c5087fc802aa7d775de (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 |