United States - 4D Maintenance Renewal

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 October 2019
Opportunity publication date
12 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 11, 2019 5:39 pm

The National Institutes of Health, Clinical Center is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This market survey/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this market survey.
The NIH is seeking a qualified and experienced contractor(s) capable of providing 4D Software Licenses as described in the statement of work following this notice. Licenses include the following.
4USE00U00USN001 4D Server Yearly Maintenance Qty (3)
4UCL00U00USN010 4D Client Expansion Yearly Maintenance 10 Users Qty (6)
4UCL00U00USN005 4D Client Expansion Yearly Maintenance 5 Users Qty (2)
4UWR00U00USN010 4D Write Expansion Yearly Maintenance - 10 Users Qty (3)
4UWR00U00USN005 4D Write Expansion Yearly Maintenance - 5 Users Qty (1)
4USQ00U00USN001 4D SQL Expansion Yearly Maintenance - 2 Cores Qty (3)
4DDP00U00USN001 4D Developer Professional Yearly Maintenance Qty (2)
4UWS00U00USN001 4D Web Services Expansion Yearly Maintenance Qty (1)
PN4P02C12UFS001 Partner Program Silver Yearly Qty (1)
The Contractor must be capable of providing the licenses, upgrades, and telephone support for the ordered software. See the Statement of Work, below.
The vendor responses must demonstrate their experience in the areas described above. Please note that failure to specifically demonstrate past performance and experience with your capability to provide the required supplies in your response to this market survey may affect the Government's review of industry's ability to supply them. The vendor's response shall be in sufficient detail to allow the Government to assess the capability of your firm.
The vendor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted to this market survey extensive experience with and the ability to perform all of the specialized requirements elsewhere described.
This notice is a market survey and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information".
In addition to addressing the requirements in the attached SOW, the Government requests that your capability statement address the following requests for information, if relevant.
1) Please provide the full company/entity name, address including points of contact (phone number and e-mail address), DUNS numbers, and type/size of the company/entity by NAICS code.

2) If your company/entity is a dealer or service-provider, and not a manufacturer of the end items/products contemplated by the SOW, please identify your company as such and identify the end item/product manufacturers that you would be obtaining goods from in order to perform the contract, and where the manufacturers are geographically located.

3) According to the small business limitations on subcontracting standard provided by the amended Small Business Act at 15 U.S.C. § 657s, the requirement for a small business supplier is that the small business prime contractor "may not expend on subcontractors more than 50 percent of the amount, less the cost of materials, paid to the concern under the contract . . . ." 15 U.S.C. § 657s(a)(2). However, "[c]ontract amounts expended by a covered small business concern on a subcontractor that is a similarly situated entity [(i.e., another small/small disadvantaged business of the same type)] shall not be considered subcontracted for purposes of determining whether the covered small business concern has violated [limitations on subcontracting.]" 15 U.S.C. § 657s(b). If you are a small business, please address your ability to adhere to limitations on subcontracting at 15 U.S.C. § 657s. To ascertain if you are a small business, use the size standard provided by NAICS Code 511210 "Software Publishers" with a size standard of no more than $41.5 million.

As part of this, if you are a small business that is a dealer/service-provider and not a manufacturer, please so state, and address whether you meet the following requirements from 13 C.F.R. § 121.406(b). Specifically, your company/entity:
(1) Does not exceed 500 employees (notice that the employee standard under the non-manufacturer rule is differently restrictive than for NAICS Code 211510);
(2) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;
(3) Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and
(4) Will supply the end item of a small business manufacturer, processor, or producer made in the United States.
NIH must receive written capability statements no later than October 27, 2019 at 9:00 a.m. Eastern Time. E-mail the written capability statement to Lisa Schaupp, the Contract Specialist, at the e-mail address Lisa.Schaupp@nih.gov.
Respondents will NOT be notified as to the results of the Government's market research.
STATEMENT OF WORK

Table of Contents
Background 2
Objective 2
Scope of Work 3
Requirements 3
Period of Performance 3
Place of Performance 3
Government Furnished Equipment (GFE) 4
Packaging, Packing, and Shipping Instructions 4
Inspection and Acceptance Criteria 4

Background
The mission of the National Institutes of Health (NIH) is to uncover new knowledge that will lead to better health for everyone. The NIH accomplishes that mission by conducting research in its own laboratories; supporting the research of non-Federal scientists in universities, medical schools, hospitals, and research institutions throughout the country and abroad; helping in the training of research investigators; and fostering communication of biomedical information.
The NIH Clinical Center (CC) is a 200-bed federally funded, biomedical research hospital located on the NIH campus in Bethesda, Maryland. The Clinical Center is the delivery setting for all NIH intramural clinical research protocols. The hospital complex consists of two main facilities that are connected to each other by "bridges". The original 14-story building is 2.5 million square feet and continues to house the clinical laboratories, imaging sciences, surgical suites, and several outpatient clinics. The new 870,000 square foot facility houses inpatient units and day hospitals. The Clinical Center accounts for about half of all NIH-funded clinical research beds in the United States and accommodates about 7,000 inpatient and 70,000 outpatient visits a year. Patients are admitted to the NIH Clinical Center from all over the world for the sole purpose of participating in a clinical research protocol.
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, Department of Clinical Research Informatics with 4D Database technical support maintenance. The Clinical Center utilizes 4D software for the applications supporting several clinical functions. Some of these applications are critical to the hospitals primary function of providing safe and efficient patient care.

Scope of Work
The vendor is to provide the following licenses.
4USE00U00USN001 4D Server Yearly Maintenance Qty (3)
4UCL00U00USN010 4D Client Expansion Yearly Maintenance 10 Users Qty (6)
4UCL00U00USN005 4D Client Expansion Yearly Maintenance 5 Users Qty (2)
4UWR00U00USN010 4D Write Expansion Yearly Maintenance - 10 Users Qty (3)
4UWR00U00USN005 4D Write Expansion Yearly Maintenance - 5 Users Qty (1)
4USQ00U00USN001 4D SQL Expansion Yearly Maintenance - 2 Cores Qty (3)
4DDP00U00USN001 4D Developer Professional Yearly Maintenance Qty (2)
4UWS00U00USN001 4D Web Services Expansion Yearly Maintenance Qty (1)
PN4P02C12UFS001 Partner Program Silver Yearly Qty (1)

Requirements
• The contractor shall provide telephone technical support for the Supported product, Monday through Friday during normal business hours. "Supported Products" shall mean the then current Major Version of the listed software programs running the specified operating system software and, for a period of 12 months after introduction of a new Major Version of such program, the immediately preceding Major Version of the software program.
• Contractor will provide access to its electronic support such as the web-based Technical Library, electronic case management, electronic software distribution, and Newsgroups for all authorized support contacts.
• Contractor will provide the following updates and improvements to the Supported Programs, as they are made generally available to Contractor's customers on support plans that include these services
• Contractor will provide bug fixes or workaround solutions to correct, to the extent reasonably possible, any defects in the Supported Programs, which cause the Supported Programs not to operate in accordance with the Supported Programs published end user documentation. Contractor reserves the right to make corrections or fixes only to the current or immediately preceding version of the Supported Programs at Contractor's sole discretion.

Period of Performance
Base Year (12/1/2019 thru 11/30/2020)
Option Year 1 (12/1/2020 thru 11/30/2021)
Option Year 2 (12/1/2021 thru 11/30/2022)
Option Year 3 (12/1/2022 thru 11/30/2023)
Option Year 4 (12/1/2023 thru 11/30/2024)
Place of Performance
This is a telephone support contract and support will not occur on site.
NIH Clinical Data Center
9000 Rockville Pike
Bethesda, MD 20892
Point of Contact (POC)-To be Determined (TBD)
Government Furnished Equipment (GFE)
There are no GFE requirements
Packaging, Packing, and Shipping Instructions
All deliverable materials will be marked with the date, Offeror's name, task order number and/or task order name and number, and delivered to:
POC - TBD
Bethesda, Maryland 20892-1172
Inspection and Acceptance Criteria
Any and all deliverables and technical products produced will be inspected and accepted by the COR at the NIH, Bethesda, MD. Acceptance may be presumed unless otherwise indicated in writing by the Contracting Officer or the duly authorized representative during the contract period of performance.

Opportunity closing date
27 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services Clinical Center/Office of Purchasing & Contracts United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?