Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2022 SAM #7370
SOLICITATION NOTICE

70 -- Procurement of Software AG One Data Objects and Read Write User licenses

Notice Date
2/2/2022 1:27:01 PM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91022Q00026
 
Response Due
2/8/2022 2:00:00 PM
 
Point of Contact
David Romley, Phone: 2402767822
 
E-Mail Address
David.Romley@nih.gov
(David.Romley@nih.gov)
 
Description
General Information Short Title: ���������������� Procurement of Software AG One Data Objects and Read Write User licenses Document Type:�������� Notice of Intent Solicitation Number:�� 75N91022Q00026 Posted Date:������������ ���2/2/2022 Response Date:���������� 2/8/2022 Classification Code:�� 7C20 � Data Center Products (hardware and Perpetual License Software) NAICS Code:������������� 541519 � Other Computer Related Services Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES Description� The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Biomedical Informatics and Information Technology (CBIIT) / Semantic �������Infrastructure, intends Software AG OneData Objects and Read Write User Licenses This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source. Only one award will be made as a result of this solicitation. This will be awarded as a Severable firm fixed price type contract with a base and three option periods. � It has been determined there are no opportunities to acquire green products or services for this procurement. BACKGROUND �The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Biomedical Informatics and Information Technology (CBIIT) acquired Software AG�s OneData Multi-Domain MDM Bundle and Integration Platform to replace existing caDSR software, a legacy system for the past 20 years. The software is currently undergoing ongoing configuration and development to meet NCI�s unique requirements and is planned to go into production before the end of 2021. NCI has been customizing the system for twelve months and in order to provide the necessary functionality has created 269 of the available 300 objects. Objects are created by the development team when designing the features to meet NCI requirements. NCI has determined that it needs to add an additional 100 objects in order to have the flexibility of adding new features to meet future requirements as the platform goes live in 2021. The current limit of 300 Objects is anticipated to prohibited NCI from being able to meet the future requirements of its customers. Based on current projections, it is in NCI�s best interest to increase the maximum number of OneData Object licenses by 100 licenses, from 300 to 400. In addition to the need to create more OneData Objects, NCI has determined that it will require additional Read Write User Licenses. When the project was begun, there was a strategy to move creation of content in the repository in-house, creating content for the community instead of the community creating content in the system themselves. Since then it has been decided that members of the community will continue to create their own content and therefore the projected number of Read Write User License has increased from 165 to 209 to meet current needs for going into production operations with the potential for more user licenses needed after we go live as new capabilities and enhancements are implemented. Based on current projections we need to increase the Read Write User License by 50 licenses, from 200 to 250.� � The alternative is to restrict end user access to this tool, but that would increase the demands and budget needs for the contracted curation team where the end user would compete with other CBIIT customer priorities. It is more cost effective and provides higher customer satisfaction to allow customers to create their own content. OBJECTIVE The objective of this acquisition is to increase license keys in two areas: increase the maximum number of OneData objects allowed by the system from 300 to 400 and increase the Read Write User Licenses for the production system from 200 to 250. The data objects license keys are needed across all four (4) tiers: Dev, QA/Test, Stage and Production, and the additional Read Write User Licenses are needed only for the Production tier. TYPE OF ORDER This is a Severable Firm Fixed-Price Purchase Order. The services acquired under this contract are severable services. Funds are only available for the use of the contract line item number (CLIN) to which they are obligated. Unused funds from one CLIN or option period may not rollover for use in other periods or CLINs. SPECIAL ORDER REQUIREMENTS PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for this requirement:� OneData Objects license key to extend the maximum allowable objects in NCI�s current system from 300 to 400. Read Write User licenses to extend the maximum allowable user from 200 to 250. Both licenses must be compatible with NCI�s existing Software AG�s webMethods� OneData Version 10.5.3 DELIVERY / INSTALLATION The license keys shall be delivered electronically to the government Contracting Officer Representative, (COR) . CONTRACTING OFFICERS REPRESENTATIVE (COR) All services delivered to the COR will be deemed to have been accepted 30 calendar days after date of delivery, except as otherwise specified in this task order, if written approval or disapproval has not been given within such period. The COR�s approval or revision to the services delivered shall be within the general scope of work stated in this task order. (a) Performance of work under this task order must be subject to the technical direction of the Contracting Officer's Representative identified above. The term ""technical direction"" includes direction to the Contractor that fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. (b) Technical direction must be within the scope of the statement of work. The Contracting Officer's Representative does not have authority to issue technical direction that: (1) Constitutes a change of assignment or additional work outside the statement of work; ������� (2) Constitutes a change as defined in the clause entitled ""Changes""; ������� (3) In any manner causes an increase or decrease in the task order price, or the time ������� required for performance; ������� (4) Changes any of the terms, conditions, or requirements of the task order; (5) Interferes with the Contractor's right to perform under the terms and conditions of the task order; or ������� (6) Directs, supervises or otherwise controls the actions of the Contractor's employees. (c) Technical direction may be oral or in writing. The Contracting Officer's Representative shall confirm oral direction in writing within five business days, with a copy to the Contracting Officer. (d) The Contractor shall proceed promptly with performance resulting from the technical direction issued by the Contracting Officers Representative.� If, in the opinion of the Contractor, any direction of the Contracting Officers, Representative, or his/her designee, falls within the limitations in (b), above, the Contractor shall immediately notify the Contracting Officer no later than the beginning of the next Government business day. (e) Failure of the Contractor and the Contracting Officer to agree that technical direction is within the scope of the contract shall be subject to the terms of the clause entitled ""Disputes."" PLACE OF PERFORMANCE����� National Cancer Institute Bethesda, Maryland 20892 PERIOD OF PERFORMANCE Base Period: February 11, 2021 through May 25, 2022 Option Period One: May 26, 2022 through September 18, 2022 Option Period Two: September 19, 2022 through September 18, 2023 Option Period Three: September 19, 2023 through September 18, 2024 This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement.� Responses must be received in the contracting office by 5:00 PM EST, on February 8, 2022.� All responses and questions must be emailed to David Romley, Contract Specialist via electronic mail at david.romley@nih.gov. 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. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: 75N91022Q00026 on all correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fee65dd67080438fafda999884aa37a7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06231640-F 20220204/220202230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.