Federal Bid

Last Updated on 23 Feb 2019 at 9 AM
Solicitation
Location Unknown

Atlas Suite

Solicitation ID NLM-75N97019Q00024
Posted Date 05 Feb 2019 at 2 PM
Archive Date 23 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location United states
1-24-19 -Notice amended to correct NAICS referenced in description.

2-5-19 Amended to correct the number of Atlas licenses being procured

In accordance with FAR 5.101(a)(1) and 5.201, this is a Notice of Intent NOT a Request for Quotes or Proposals. The National Library of Medicine (NLM) on behalf of the Center for Information Technology (CIT), National Institutes of Health (NIH) intends to solicit and award a non-competitive fixed-price type contract to Performancenet (PNET) Management Group - a small business - to procure 2000 copies of the Atlas software suite to be used by the Network Support Services division of CIT for a period of 12-months. In addition, the Government will also procure the following brand name - Science Logic - SL1 Certification Training for Administrators (SL1 Admin Cert - 3 Days for 12 people) and SL1 User Certification Training (SL1 User Cert - 2 Days for 12 people).

The proposed contract is for IT supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements" as supplemented with additional information included in this notice.

In support of the NIH mission, the Contractor shall provide access to Atlas which will include licenses for each of the following (Science Logic SL1; LogicVein NetLine Dancer; and Cisco Perspica). While SL1, Netline Dancer, and Perspica are all developed by different companies, Atlas provides the unique benefit of integrating multiple software into a single dashboard which allows users to save time and effort by monitoring network traffic and incidents via one unified system. Currently the Network Services devices are monitored by various systems that are nearing end of life or don't integrate well with each other. Network engineers must use multiple tools to troubleshoot issues as each tool only sees one segment of the environment. Additionally, the current systems are nearing end of life, and the vendors have stopped developing software to integrate newer technology being deployed by CIT which creates a complicated situation because custom drivers/APIs must be created which do not allow for optimal monitoring. The current system has no automated intelligence for determining root cause or how to resolve known issues, it is a very manual process that slows recovery time. The new system will have automated intelligence that can help to quickly determine the root cause and speed the time to recovery. Many manual tasks that are currently being performed now can be automated thus freeing up the engineers' time to address more complex issues. Procuring the Atlas license bundle will also allow Network Services to eventually sunset some of the tools currently in use. Performancenet Management Group is the only vendor known to the Government as having authorization to sell the Atlas software.

In addition to the Atlas suite, Science Logic training is required for Network Service engineers. SL1 software is used across other service areas of CIT. Deploying SL1 to monitor Network Service devices via the Atlas suite will allow the incorporation of information from the other Service Areas and create a better picture of the entire CIT IT environment. It will also allow true monitoring of the CIT enterprise services from end to end.

This notice of intent is not a request for competitive proposals. A determination by the Government to not compete this proposed contract based upon responses to this notice is solely within the discretion of the Government, and information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

The Government/NIH/NLM will not be responsible for paying for any of the costs incurred and associated with the development of any responses submitted to this posting. The North American Industry Classification System Code (NAICS) is 541519 and the small business size standard is 150 employees for Information Technology Value Added Resellers. Questions or documents submitted in consideration of this announcement must be submitted in writing by email no later than 10:00 AM Eastern Time, February 8, 2019. All responsible sources having the ability to provide the software or services provided by this notification should submit a comprehensive capability statement that shall be considered by the agency in determining if alternative procurement methods are appropriate.

All Capability Statements to be considered by the agency must be emailed to LaDonna Stewart, Contract Specialist at [email protected] referencing "NLM-75N97019Q00024 - Atlas Suite" in the subject line. Capability statements must also include the vendors DUNS and business size for the proposed NAICS.

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 52.212-3 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

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.

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).


Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Seattle Washington 24 Aug 2011 at 4 PM
Location Unknown 29 Jul 2009 at 10 PM
Hanscom air force base Massachusetts 21 Jan 2016 at 2 PM
Location Unknown 24 Feb 2009 at 7 PM

Similar Opportunities

Location Unknown 17 Jul 2025 at 7 PM
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Waterbury Connecticut 11 Jul 2025 at 6 PM