Contact Points
EWING, NJ 08638 USA
Any issues resulting from outside tampering with the Rees Monitoring would immediately void all warranties associated with the systems.
The National Institute of Neurological Disorders and Strokes (NINDS) is requesting the service of the contractor (Rees Scientific) to perform system validation for the Rees Scientific software functionality, system integrity, and automated notification mechanisms following a database server migration. The purpose is to ensure the Rees Scientific environmental monitoring system is functioning as intended to ensure the monitoring of mission-critical scientific samples and alarm notifications function properly to alert laboratory staff of temperature concerns.
In accordance with NIH/CIT security policies, IC servers must operate using permitted Operating Systems (OS). Having a compliant OS ensures that security updates are implemented and technical support is available. With that said, the servers currently hosting the Rees Scientific system are nearing end-of-life and must be upgraded to maintain a supported and cyber-protected environment – per NIH security policy. The lowest level of risk comes from establishing the new server environment and transferring the Rees Scientific database, software, and associated configurations versus upgrading the OS in the existing environment. To accomplish a successful transition to the new OS, the Rees Scientific system and all associated functionality will need to be tested, aka. Validated. This needs to be performed for all nine (9) active system nodes.
The requirement is for (1) environmental monitoring, (2) Rees Scientific validation kit for serv node. Service is to be performed no later than September 29,2023 and must be coordinated between Rees Scientific and Department of Emergency Management and Operations Support team.
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.