Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
SOLICITATION NOTICE

D -- MS Access programming services and functional analysis services for the Information Reporting and Investigative System

Notice Date
8/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
03EOIG001047
 
Response Due
9/17/2003
 
Archive Date
10/2/2003
 
Point of Contact
Tory Estabrook, Contract Specialist, Phone 301-443-4779, Fax 301-443-2761,
 
E-Mail Address
testabrook@psc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The request for quote (RFQ) number is 03EOIG001047. THE GOVERNMENT INTENDS TO AWARD A FIXED-PRICE, SIMPLIFIED ACQUISITION, NOT EXCEEDING $100,000. This is an 100 percent small business set-aside. The NAICS code is 541511 and the size standard $21M. The Contractor shall provide MS Access programming services and functional analysis services for the Information Reporting and Investigative System (IRIS) on behalf of the Department of Health and Human Services, Office of the Secretary, Office of the Inspector General (OIG), Office of Investigations (OI). IRIS is a web-based system used to track and report information such as time, investigations, budget and other resources that support the mission of the OIG. The legacy system is known as Corporate Information Management system (CIMS). The MS Access environment is comprised of the following databases that supplement the functions centralized in IRIS: Consolidated Reporting Input system, Child Support Enforcement Tracking system, Equipment Tracking system, FOIA Management system, Medicaid Financial Administrative Coordinated Tracking, Management Implication Reporting system, Staff/Office of Preference Management system, OI Budget Modeling system, OI Credentialing system, Protection Operations Planning system, Qui Tam Management system, Staff Recognition system, Search and Seizure Tracking system and other investigative and case sensitive applications. The contractor shall maintain and update the existing OI systems, provide technical guidance for new systems and ensure that these systems will integrated into the IRIS. TASK 1 - The contractor shall provide technical analysis services related to the business procedures and related information needs of the OI; work with 6 OIG offices to gather user requirements; document requirements and recommend technical solutions; analyze and recommend technical solutions in support of the information integration with the IRIS; advise on all IRIS related problems, questions, policies and procedures; advise on the creation of a wide range of OI policies and procedures. TASK 2 - The contractor shall maintain existing MS Access applications; update existing applications to work with the OIG standard desktop software; perform modifications to system source code to meet the changing needs of user functional requirements; develop or modify reports; assist users with technical problems, organize and direct tests to ensure program efficiency; document changes to existing systems or requirements for the development of new systems. TASK 3 - The contractor shall act as the IRIS advisory liaison; provide input about the business processes of OI regarding case development and how IRIS can best meet the needs of OIG; perform application testing based on existing test plans; submit test results; assist in data validation to ensure compliance with business rules that govern OI data, assist in training personnel, as needed; develop a post-implementation survey to assess the acceptance and utilization of IRIS. The contractor shall submit monthly status reports and provide project plans and cost estimates for major activities (e.g., new system development). Work may be performed off-site and the contractor must be available by phone. A mutually agreed-upon availability schedule will be established. The contractor may be required to conduct on-site work at 330 Independence Ave., SW, Washington, DC 20201 on occasion. The period of performance shall be 12 months. Pursuant to FAR 52.212-2. Evaluation - Commercial Items (JAN 1999), the Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Investigative Operations and Procedures (40 points) -The proposal must address the offeror?s ability to evaluate the adequacy of controls and security procedures as reflected in Agency policies and practices of IT operations; skill in relating aspects and parts of a project to the overall needs of the organization in order to accomplish projects; knowledge of law enforcement agency operations and information tracking requirements; expert knowledge in the various types of convictions, penalties and settlements as it relates to the overall framework of system design; knowledge of Oracle database technologies and relational database management systems. (2) Law Enforcement Regulations and Requirements (30 points) - The proposal must address a thorough understanding of investigative activities, including legal and regulatory requirements, and resulting business processes in an IG or similar law enforcement environment; senior analytical capabilities to assess current and future need and document information in functional requirements documents. (3) Technical Skills (20 points) - The proposal must address the offeror?s knowledge of a range of methods and techniques to perform studies on proposed projects (e.g., whether it would be cost effective to modify a sizeable system to produce additional reports); knowledge of systems design methods to develop programming specifications for subsystems of an embedded computer application; expert knowledge of MS Access programming tools and techniques including complex macro programming and Visual Basic; knowledge of GUI and ability to design and implement user-friendly interfaces. (4) Personnel (10 points) - Personnel shall be immediately available, have demonstrated experience, in-depth knowledge and meet the following minimum requirements: a CURRENT MINIMUM SECURITY CLEARANCE OF SECRET; senior level experience in criminal investigations; in-depth knowledge of OIG Management Information and Intelligence systems; certification in client/server architecture and Oracle database administration; MS Access and Visual Basic programming skills. Solicitation documents, provisions and clauses are those in effect through Federal Acquisition Circular 14. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2000) and the clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2002), applies to this acquisition. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2003) with its proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2003), applies to this acquisition as well as the following clauses cited therein: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003), Alternate I (OCT 1995); 52.222-3, Convict Labor (JUN 2003)(EO 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (SEP 2002)(EO13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001)(38 USC 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.232-34 (DEC 2001)(38 USC 4212), Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999). Full text of clauses and provisions can be accessed at www.arnet.gov/far. Proposals shall be due not later than 09/17/2003, 2:00 p.m., EST. Proposals should be submitted electronically to testabrook@psc.gov. Questions may be referred to Tory Estabrook electronically at testabrook@psc.gov.
 
Place of Performance
Address: Washington, DC
 
Record
SN00404706-W 20030820/030818213329 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.