23-005312

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
7A20
Estimated Period of Performance
09/30/2023-09/29/2024
Competition Status
Brand Name Only
Vendor Name
BP Logix, Inc.
Address
410 S Melrose DR
STE 100
Vista, California
92081-6607
Single-Sole Source Determination
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.

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.
Background/Description of Requirement

 

Statement of Need and Purpose:  The purpose of this requirement is to renew BP Logix Software and Process Director (Mobile Option, Tier 3) Maintenance

Background:   NIMH has developed a significant number of forms and workflows using the BP Logix software package in support of various administrative, ethics and Grants Management activities for the Institute.  The use of this software has had a significant impact on the operations of the Institute in terms of process efficiency and effectiveness, reduction in paperwork, meeting ‘Green IT’ initiatives, and contributing to eGovernment initiatives. NIMH also added the advanced reporting component of the software to support more complex and comprehensive reporting of data from the applications and to assist in the administration of the product.  The BP Logix software has also been adapted to mobile devices to optimize the user experience.  With the increasing use of mobile technology in the form of “smart phones” and tablets, the NIMH Information Resource and Technology Management Branch (IRTMB) needs to retain the ability to provide access to BP Logix via these devices as well.  The BP Logix reporting product has been thoroughly tested, accepted and has been used successfully by IRTMB, and at this point, the only viable alternative is to keep and continue renewing the maintenance agreement for the current software.

Salient characteristics:  BP Logix provides an ongoing support and maintenance program designed to help its customers get the most from the BP Logix products. The maintenance program is an annual agreement that provides toll-free telephone support, e-mail support, a named contact, and online resources, along with all product upgrades. Annual maintenance fees are based on the current product price. The BP Logix support team provides timely response and resolution to customer questions primarily via email, but web conferencing is provided as well. 

                            Plan Features

 

  • Toll free phone support during business hours;
  • E-mail support;
  • Patches and service packs;
  • New product versions (includes major product upgrades);
  • Access to the BP Logix library of custom tasks for its Process Director Mobile device software solution; and online resources, including product

documentation, help and FAQs.

 

                             BP Logix customers under maintenance agreements receive access to

                             the following:

 

  • Support resources through our online customer portal
  • Library of Process Director custom tasks
  • Major releases, updates, and patches
  • Searchable knowledge base
  • Extended (12x5 and 24x7) support hours (optional)

 

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.