Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOURCES SOUGHT

R -- TIBCO Spotfire and Columbus server software upgrade, enhancement and maintenance

Notice Date
3/6/2018
 
Notice Type
Sources Sought
 
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
NIHDA201800080
 
Archive Date
3/28/2018
 
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
This is a "Sources Sought" notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541511-Custom Computer Programming Services with associated small business size standard of 27.5 million USD. BACKGROUND The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules and develop novel disease models for application against a wide range of human diseases. PURPOSE AND OBJECTIVES NCATS has a potential requirement to upgrade 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, located at 940 Winter Street, Waltham, MA 02451, issued as award number HHSN271201600008A for one base year and one option year effective from March 26, 2016 through March 25, 2018. The customer has been effectively using TIBCO Spotfire and Columbus software for integration of critical scientific systems and applications. Maintaining the current configuration of VMware will allow our infrastructure to operate in an optimal state in terms of cost, high availability and robustness thus requiring software upgrade to the latest platform version. The purpose of this potential requirement is is to obtain contractor support to deliver and provide service as described herein. Based on operating in the existing software deployment environment, the customer has identified areas of optimization and improvement in which the vendor shall perform contract support and software customization accordingly as described in this potential requirement. PROJECT REQUIREMENTS This Small Business Sources Sought notice seeks responses from qualified small business sources that are capable of providing the following salient delivery and service requirements of this potential government requirement deemed as the essential features needing to be achieved. Offerors to this Sources Sought notice shall possess the capability to perform the following essential requirements: 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. Documentation shall be provided by the vendor to show completion of work deliverables. The reports will cover any problems encountered, problem resolution, unresolved problems, software updates, and any miscellaneous issues observed. A detailed written report of any service and\or maintenance visit shall be submitted to the Contracting Officer's Representative, or a delegated entity, within 24 hours of service being completed. Period of Performance The anticipated Period of Performance for this potential requirement is effective or or around 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. Capability statements sought Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) best estimated delivery date or period of performance after receipt of order; (d) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. Respondents must provide clear and convincing evidence of possessing the knowedge, skills, abilities and experience to successfully perform the requirements described in this announcement. As applicable, respondent must also provide information in sufficient detail of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondents that believe that they are authorized resellers of the equipment described in this announcement may provide, in addition to the aforementioned information, as part of their response: quantity; estimated price or cost; shipping, handling, and/or installation charges. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The response is limited to fifteen (15) pages. The 15-page limit does not include the cover page, executive summary, or references, if requested. The information submitted must be in an outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Respondents must reference the announcement number NIHDA201800080 on all correspondence related to this Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov and be received prior to the closing date specified in this announcement. CONCLUDING STATEMENTS Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800080/listing.html)
 
Record
SN04844943-W 20180308/180306231759-d3eb83e3671776b69c23d137f445c981 (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.