Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

D -- Q-Bank Interagency Metadata Database of Tested Survey Questions

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2005-N-02094
 
Response Due
7/11/2005
 
Archive Date
7/26/2005
 
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. Solicitation number 2005-N-02094 is being issued as a Request for Proposals (RFP). RFP 2005-N-02094 and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-04. This procurement is a 100% small business set-aside. The associated NAICS code 541511 and the small business size standard is annual receipts of no more than $21,000,000.00. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Centers for Disease Control and Prevention (CDC), National Center for Health Statistics (NCHS), Office of Research Methodology (ORM), Questionnaire Design Research Laboratory (QDRL), has identified the lack of a place to house the findings of cognitive testing conducted by researchers as the greatest impediment to the expansion of the knowledge base and the advancement of methodologies within the field of response error and cognitive evaluation. It is the Government?s intention, to develop and field a web-based information system that will provide participating agencies with a meta-database in which to house cognitively tested survey questions with linkage to corresponding test findings; and online access to pre-test findings of other agencies involved in such research / design. The database will be searchable by (1) content or subject matter, (2) question type, (3) response category type, and (4) response error type. A parallel tool has been developed that will perform basic statistical analysis on questions housed in the database. The professional services required by this combined synposis /solicitation are a continuation of a three-year effort to develop, implement, and maintain such a database. This project will require access to proprietary source code, an understanding of ORM requirements and goal, and intricate knowledge of: survey analysis terminology, methodology and operating procedures employed by ORM; NCHS Application Certification process, Virage Video Software ? digitizing activities and procedures, QDR laboratory operations, and ORM data tagging concepts. To the best of the Government?s knowledge, only Swan Solutions of 4903 Sudleys Choice, Harwood, MD 20776-9484 possess the unique proprietary technological knowledge and understanding of ORM survey processes, methodology, terminology and operational procedures to complete the project. However, any interested party who believes to have the capability to provide the services required by this RFP may submit prices for each of the tasks identified in the accompanying attachment. I. Statement of Work A. The Contractor shall perform the three tasks as outlined below. Task One ? Complete Graphic User Interface (GUI) and ORM Request Enhancements Working with the Q-Bank Steering Committee ensure the current application and GUI incorporates requirements as defined by the committee. Those requirements include, but are not limited to: (1) providing advise to the Establishment/Self-Administered sub-group to determine best way to integrate self-administered survey fields into Q-Bank, (2) adding a minimum of twelve new data fields, (3) expanding the database?s search capability by a minimum of ten additional data fields, (4) creating drop-down menus for a minimum of ten new data fields, (5) provide, at a minimum, two-hour user training sessions for members of the steering committee, (6) update/ modify GUI in accordance with results of user testing by the steering committee and, (7) modify the application based upon results of steering committee testing and additional user requirements. Task Two ? Architecture Planning / Movement of Q-Bank to the CDC Internet Working with NCHS and the technology departments of participating agencies (NIH/Office of Behavioral and Social Science Research, NIH/National Cancer Institute, the National Science Foundation, the Bureau of the Census, and the Bureau of Labor Statistics), to implement the move of the database to the CDC Internet; providing secure access throughout the developmental stage. Specific requirements will include, but are not limited to: (1) ensuring online access to the system and developing password protection features to ensure such access is limited to members of the steering committee, (2) serving as the technical liaison between the information technology (IT) departments of participating agencies , and (3) providing, as required, certification documentation to CDC IT office, Task Three ? System Management and Technical Support The Contractor will provide day to day system management; performing, at a minimum: (1) installation of new releases and version control, (2) coordination of vendor (i.e. Virage and PPI, video software and hardware) activities/products/tasks, (3) maintenance of QDRL hardware and operation of video-recording system, (4) video-tagging and database data entry and (5) technical support services for QDRL staff B. The Contractor will support, at a minimum, the following technical requirements: (1) Project Management ? provide overall project management, consultation, and guidance to ORM and project staff. Work with and coordinate activities with outside agencies and NCHS department. Ensure all work conforms to the NCHS certification of the Q-Bank application. (2) Architecture - working with ORM, NCHS, IT and the other participating agencies, design and maintain a system and application architecture that will support ORM requirements now and into the future (3) Analysis ? determine the technical needs to support steering committee requirements and, with knowledge of the existing applications, counsel the ORM, NCHS, and other agency users as to how best achieve the stated requirements (4) Scope ? provide estimates of time and costs to achieve the requirements defined in analysis; providing alternatives when necessary and possible (5) Application and Database Modification ? modify software parameters to meet the needs of the interagency steering committee (6) Application Operations ? data entry, agency coordination, new user training, HELP Desk operations, facilitation of steering committee meetings, publishing of a user group newsletter (7) Technical Operations ? network and access management, hardware maintenance and upgrade, software (SQL Server and Visual Studio.net) maintenance and upgrades C. The Contractor shall provide / submit reports as outlined below: (1) Task 1: Bi- Weekly Status Reports: The report should include, at a minimum, accomplishments, projected completion dates, and recommendations for improvements to Q-Bank. (2) Task 2: Status reports are required only as needed (to be determined by the vendor) (3) Task 3: Written status reports are required of the System Technologist at the end of each work day. Status reports should be brief, but must entail a list of accomplished daily tasks, outstanding technical problems and recommendations. II. Period of Performance: There is a base period of twelve (12) months from date of contract award and four (4) option periods of twelve (12) months. The total base and option periods shall not exceed sixty (60) months. III. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-1, Instruction to Offerors-Commercial Items (Jan 2004), and 52.212-3 Offeror Representations and Certifications ? Commercial Items (May 2004). The following FAR clauses apply to this acquisition: 52.212-2, Evaluation ? Commercial Items (Jan 1999): The following evaluation criteria, listed in descending order of importance, applies: (a) Demonstrated knowledge of Q-Bank application (hardware, software); (b) Demonstrated knowledge of ORM survey analysis terminology, methodology and operational procedures; (c) Past Performance; (d) Price. [Price is an important factor for award. However, the non-price factors listed above, when combined, are more important than price. CDC reserves the right to award the contract to an offeror who may not be the lowest in price.] CDC will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. CDC may determine that a proposal is unacceptable if the option prices are significantly unbalanced. Evaluation of options will not obligate CDC to exercise the option(s). Award of a firm-fixed price contract will be made to a single offeror whose proposal, conforming to this RFP, will be most advantageous to the CDC, price and other factors considered. Award may be made without discussions/negotiations. Offerors are advised to submit their initial proposals in the best favorable terms to the government. 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) and 52.217-9 Option to Extend the Term of the Contract (Mar 2000). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2004). (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provision of law of Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553); (b) The Contractor shall comply with the following FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I(Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3); 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4); (ii) Alternate II (Oct 2001) of 52.219-9; 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C 637(a)(14); 52.222-3, Convict Labor (Jun 2003) (E.O. 11755);52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126);52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era & other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998);52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era & other Eligible Veterans (Dec 2001); 52.225-16 Sanctioned European Union Country Services (Feb 2000); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provision of law of Executive orders applicable to acquisition of commercial items: 52.222-41, Service Contract Act of 1965, as amended (May 1989); 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989); 52.222-47, Service Contract Act (SCA) Minimum Wages and Fringe Benefits (May 1989). (d Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7,Contractor Records Retention, or the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a),(b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extend of the flow down shall be as required by the clause (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; (ii)52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans (Dec 2001) (38 U.S.C. 4212); (iv) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (v) 52.222-41, Service Contract Act of 1965, as amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Offerors shall submit, as part of their proposal, Firm-Fixed Prices for all the items listed in the attached spread sheet per period of performance, and shall include the following information for evaluation (see evaluation criteria under 52.212-2 above): (a) Demonstrated knowledge of Q-Bank application (software, hardware); (b) Demonstrated knowledge of ORM survey analysis terminology, methodology and operating procedures; (c) List of projects performed during the past 2 years including name of client company and complete address, name of contract, telephone and fax numbers, and e-mail address. CDC may contract some or all of the contracts listed to verify offeror?s past performance. Offerors are responsible for providing accurate and complete information. (Failure to do so may cause rejection of the offer). Offerors shall also submit with their proposal a copy of FAR Provision, 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004) fully executed. All FAR clauses and provision can be obtained at: http://www.arnet.gov/far/loadmainre.html. The Defense Priorities and Allocations System (DPAS) does not apply. Original and 2 copies of the proposal are due at 3:00 PM (EST), Monday 11 July 2005, at the following address: Centers for Disease Control & Prevention, Procurement & Grants Office, Acquisition and Assistance Branch A, ATTN: Donna Myler, reference solicitation #2005-N-02094; 2920 Brandywine Road, Atlanta, GA 30341-5539. Facsimile proposals are not authorized. Technical inquires shall be e-mailed by 01 July 2005 to dmyler@cdc.gov. Telephone inquiries will not be honored. Proposals received after the time and date set for receipt will not be considered for award.
 
Place of Performance
Address: Questionnaire Design Research Laboratory, 3311 Toledo Road, Hyattsville, MD
Zip Code: 20782
Country: United States of America
 
Record
SN00836010-W 20050626/050624211806 (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.