22-004989

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
BP Logix Annual Software Maintenance Renewal
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Cheryl
Leone
cleone@mail.nih.gov

Secondary Contracting Officer

Dionne
Draper
dionne.draper@nih.gov
NAICS Code Number
511210
Software Publishers
Small Business Size Standard
$41,500,000
FPDS Classification Code
7A21
Estimated Period of Performance
1 year - 9/30/22 - 9/29/23
Competition Status
Brand Name Only
Vendor Name
BP Logix, Inc.
Address
410 S Melrose DR STE 100
Vista, California
92081-6607, United States
Single-Sole Source Determination
BP Logix is the manufacturer of the “existing” software for which this maintenance renewal is required and is the sole source provider of the necessary level of maintenance support.


Justification Rationale. This maintenance renewal procurement is required to assure continuity in NIMH’s reporting and analysis capabilities in terms of eForm, workflow processes and the related mobile option which, in turn, will reduce overall reporting time and effort for compliance, administration, and other activities. This procurement is necessary to ensure continual operation of this software.
Background/Description of Requirement

Background Information and Objective:  BP Logix allows us to build workflows, forms and share and communicate processes across departments. 

Statement of Need and Purpose: BP Logix is a compliance management solution that offers both workflow as well as business process management            (BPM) compliance within a single solution.

Salient characteristics: Build workflows and forms, integrate with data systems, share and communicate processes across departments, architect secure, compliant and auditable applications

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.