MODIFICATION
D -- MemSQL Software
- Notice Date
- 11/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, OFFICE OF THE INSPECTOR GENERAL, OFFICE OF INSPECTOR GENERAL, 330 INDEPENDENCE AVE SW, 5TH FLOOR, WASHINGTON, District of Columbia, 20201, United States
- ZIP Code
- 20201
- Solicitation Number
- OIG231008
- Archive Date
- 11/20/2018
- Point of Contact
- Chersharon King, Phone: 2028704174, Nicola L. Carmichael, Phone: 2028708579
- E-Mail Address
-
chersharon.king@oig.hhs.gov, Nicola.Carmichael@oig.hhs.gov
(chersharon.king@oig.hhs.gov, Nicola.Carmichael@oig.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT (SSA) Department of Health and Human Services, Office of Inspector General, Acquisitions Division, Washington, DC is seeking sources to provide MemSQL software licenses to support high-performance data warehouse capability. CONTRACTING OFFICE ADDRESS: Department of Health and Human Services (DHHS) Office of Inspector General (OIG), Office of Management and Policy (OMP) Acquisitions Division (AD) 330 Independence Ave. SW 5th Floor, Suite 5550 Washington DC 20201 INTRODUCTION: This is a SOURCES SOUGHT to conduct market research and determine the availability and technical capability of all sources to provide the required products. The core mission of the Department of Health and Human Services (DHHS) Office of Inspector General (OIG) is to improve HHS programs and operations and protect them against fraud, waste and abuse. By conducting independent and objective audits, evaluations, and investigations, provide timely, useful, and reliable information and advice to Department officials, the Administration, Congress, and the public. HHS-OIG consists of 5 components - Office of Audit Services (OAS), Office of Evaluation and Inspections (OEI), Office of Counsel to the Inspector General (OCIG), Office of Management and Policy (OMP), and Office of Investigations (OI) as well as the Immediate Office (IO). Service Desk activities are managed within OMP through the Office of Information Technology (OIT) Operations Management Division (OMD). Legacy modernization and cloud migration is managed through the OIT Digital Services Division (DSD). The OIG is seeking information for potential small businesses to provide MemSQL software licenses. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HHSG401201700002W Contract Type: FFP Incumbent and their size: Immixgroup, Inc., Large Business Method of previous acquisition: Full and Open competition via SEWP. Brief description of the current program/effort: OIG has current requirement to procure MemSQL software licenses. Anticipated Timeframe: 17 December 2018 to 16 December 2023 (Base Year and 4 Option Years) Place of Performance: 330 Independence Ave. SW Washington DC 20201 REQUIRED CAPABILITIES: To modernize data analytics capabilities, OIG has established a hybrid cloud infrastructure to integrate multiple Cloud Service Providers (CSPs) with OIG Data Centers. OIG has also established a multiplatform architecture to support different mission and business needs. One of these platforms is the OIG Integrated Data Platform (IDP). Initially, the IDP consists of a cloud-based data lake, cloud-based high-performance data warehouse, and visual analytics tool. The platform will evolve to include advanced analytic tools for text analytics, Natural Language Processing (NLP), Geospatial, Data Preparation, Data Science Sandbox, and Data Governance capabilities. OIG has determined the MemSQL Product will provide high-performance data warehouse capability. See draft specification sheet. SPECIAL REQUIREMENTS N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210 - Software Publishers, with the corresponding size standard of $38.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from all sources that can provide the required services under the NAICS Code. To assist the AD's Office in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you should provide information on how you would envision your company's area(s) of expertise to meet the requirement. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. To make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. SUBMISSION DETAILS: Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code 5) DUNS Number 6) Contract vehicles that would be available to the Government for the procurement of the product and service, to include General Service Administration (GSA),, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this sources sought should send responses via email NLT 5:00 PM Eastern Standard Time (EST), November 5, 2018 to Ms. Chersharon King at Chersharon.king@oig.hhs.gov. Interested vendors should submit a brief capabilities statement package (no more than five (5) pages) demonstrating ability to provide the product listed in the Technical Description and draft specification sheet. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing the SSA responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aed8d287310943e4fc847e24ec7215cf)
- Place of Performance
- Address: Department of Health and Human Services, Office of Inspector General, 330 Independence Ave. SW, Washington, District of Columbia, 20201, United States
- Zip Code: 20201
- Zip Code: 20201
- Record
- SN05140374-W 20181103/181101230706-aed8d287310943e4fc847e24ec7215cf (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 |