Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
MODIFICATION

D -- Integrated Delivery System Consultation Assessment Tool (IDS-CAT) Web-Hosting & Maintenance of Software and Hardware

Notice Date
7/24/2006
 
Notice Type
Modification
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-F1J4AJ6194A500
 
Response Due
8/1/2006
 
Archive Date
8/16/2006
 
Point of Contact
Robert Batkins, Contract Specialist, Phone 210-536-6252, Fax 210-536-1918,
 
E-Mail Address
Robert.Batkins@brooks.af.mil
 
Description
Services to be aquired will be providing software and hardware hosting and administrative and maintenance support for sustainment of the second year of the initial deployment (field testing) for the Integrated Delivery System Consultation Assessment Tool (IDS-CAT). The services to be aquired are sustainment labor to include hosting and maintaining the IDS-CAT software and hardware, provision of administrative and coordination functions, code maintenance, database maintenance, system administration, help desk support and maintenance of network security functions. A majority of the sustainment labor and maintenance will occur at contractor's site, however some may take place in the field and require travel. There is an encumbent and NOTE 22 applies. Period of Performance is 26 Sep 2006 through 25 Sep 2006 with four possible twelve month ooption periods. Due to time constraints, Note 22 is amended to state all responses are required not later than 01 August 2006. Statement of work follows. AIR FORCE MEDICAL SUPPORT AGENCY (AFMSA) POPULATION HEALTH SUPPORT DIVISION (PHSD) WEB-HOSTING & MAINTENANCE OF INTEGRATED DELIVERY SYSTEM CONSULTATION ASSESSMENT TOOL (IDS-CAT) FOR CONTINUATION OF FIELD TESTING AND TRAINING AND SUBSEQUENT SUSTAINMENT BROOKS CITY BASE, TEXAS STATEMENT OF WORK (SOW) DATED 26 June 2006 TABLE OF CONTENTS SECTION 1 Description of Services SECTION 2 Service Delivery Summary (SDS) SECTION 3 Government-Furnished Resources (GFR) SECTION 4 General Information 1.0 DESCRIPTION OF SERVICES 1.1 The mission of the Population Health Support Division (PHSD) of the Air Force Medical Support Agency (AFMSA) is to support Department of Defense (DoD) health professionals in optimizing the health and wellness of their populations through appropriate, effective and efficient healthcare practices and service delivery. 1.2 The development of the Integrated Delivery System Consultation Assessment Tool (IDS-CAT) and software was completed September 2004, was subsequently maintained to support the pilot test of the training program. This unit-level assessment of modifiable behavioral and personal risk factors has become a critical requirement during this period of heightened operational tempo and has high visibility throughout the Air Force. It was staffed and approved for AF-wide deployment by the AF Community Action Information Board (CAIB), September 2005 and with a policy letter (CVA Memorandum) signed November 2005. Full deployment of the training program with subsequent availability for field application began December 2005 and remains ongoing requiring software and hardware hosting and administrative and maintenance support during the initial critical years of field testing, training, and application to assure continuous and consistent sustainment. 1.3 The contractor shall provide information and technology support to host and maintain the IDS-CAT software and hardware and to provide administrative, database, system, help desk and security sustainment labor. Some of the services may require travel to San Antonio or other destinations associated with the sustainment and/or future transition of services. 1.4 Specific Requirements. 1.4.1 Operational Capability (OC). The contractor shall maintain the hardware hosting, administration and coordination, code and database maintenance, system administration, help desk functions and network security to support the web hosting and operational functioning of IDS-CAT 1.4.2. Sustainment. The contractor shall provide day-to-day hardware, software, and functional support for the IDS-CAT application. The contractor shall provide additional support to include: 1.4.2.1 Interfacing with the customer 1.4.2.2 Initiating problem correction 1.4.2.3 Providing problem correction suspense dates 1.4.2.4 Tracking problem resolution 1.4.2.5 Verifying corrections with customers 1.4.2.6 Providing general technical support 1.4.2.7 Maintaining a communication log 1.4.3 Operations Support. The contractor shall maintain application support software to include resolving problems and maintaining a customer support/help desk. 1.4.4 Services to be Delivered. 1.4.4.1 Maintain copies of all documents/briefings, etc. 1.4.4.2 Give presentations/briefings when necessary or requested 1.4.4.3 Management oversight and higher-level direction to the customer and assistance to the customer’s planning and scheduling needs 1.4.4.4 Maintain a system level of security equal to CL-2 and/or as directed by applicable Department of Defense (DoD) directives. 1.4.4.5 Use current computer equipment resources to support the IDS-CAT web application 1.4.4.6 Use current computer software resources, and additional software identified, when applicable, using the funds provided under this contract 1.4.4.7 Update customer-provided content within 5 business days 1.4.4.8 Refer content-related questions and inquiries to PHSD point of contact 1.4.4.9 Provide regular database and file system backup 1.4.4.10 Provide database recovery within 24 hours, as required 1.4.4.11 Coordinate with AFMSA regarding the use a .mil domain name, if required 1.4.4.12 Provide physical security for the system hardware 1.4.5 Report task status through monthly status/financial reports 1.4.6 Special requirements. Able to work with high-level DoD officials and display professional and positive image of self and organization. 1.4.6.1 Able to work with high-level DoD officials and display professional and positive image of self and organization 1.4.6.2 Must be eligible to meet National Agency Check (NAC)/Eligibility of A1S2 clearance 1.4.7 Verification of Conformance with USAF Standards and Requirements. During the contract the contractor will verify and maintain conformance with the applicable USAF security and technical standards and functional requirements. The contractor will maintain documentation of configuration control and updates for all changes. 1.4.8 Certification process. The contractor will ensure that any changes to the development of the application and database are compliant with current US AF standards. The contractor will provide any necessary document of changes to the AF agency involved with the documentation and/or process of obtaining the Certificate of Net worthiness and Certificate to Operate. 1.4.9 Performance Criteria. The IDS-CAT shall be available at least 99% of each day, seven days per week. 1.4.10.1 Planned Downtime (PD). Planned downtime must be consistent with availability requirements. All regular maintenance, upgrades, routine patches, hardware changes, etc. fall under this requirement. Planned downtime must give priority to availability on duty days. Notification shall be provided to the customer operational POC five duty days in advance. 1.4.10.2 Unplanned Downtime (UPD). Unplanned downtime is due to unforeseen system or infrastructure failure. The customer shall be notified no later than within one working day of problem detection, and the customer operational POC shall receive updates until the issue is resolved. 1.4.10.3 Activity Measurement. The contractor shall provide a means of assessing application use; e.g., hits per page, pages being hit more than others, domains of customers accessing the site, etc. 1.5 Contractor Data Deliverables. All documents and data deliverables described in this SOW, amendments and/or modifications, shall be submitted in a timely manner and meet the requirements set forth in this SOW and the data deliverable table. 1.5.1 Monthly Status and Financial Report. The contractor shall prepare and submit a monthly status/financial report to the contracting officer’s technical representative (COTR), contracting officer representative (COR) and contracting officer (CO). A draft of these reports shall be reviewed and approved for accuracy by the COTR prior to submission. This report shall be used to review and evaluate the overall progress along with any existing or potential problem areas. The contractor shall submit the first report 30 days after contract award and thereafter on the 10th of each month during the period of performance. 1.5.1.1 The contractor shall include in the monthly status/financial report the contract number and project number, contracting officer assigned, accounting control transaction number and reporting period, Government agency and location, date order issued. 1.5.1.2 The contractor shall include a brief task description; a narrative review of tasks accomplished during the reporting period and/or significant events; a report of website activity (e.g., number and location of surveys run; number of respondents per survey; and IDS Consultant initiating the survey); status of milestones and project deliverables in the monthly status report; and status of ongoing issues. The contractor shall address problem areas encountered and remedial actions taken or recommendations for solutions. Potential problems should be addressed at the time of occurrence to the COTR, COR and/or CO but should also be included in the following status report. 1.5.1.3 Issues that affect the successful completion all requirements should be addressed. 1.5.1.4 Recommendations and/or actions the contractor expects to take to overcome any issues that affect successful completion of all requirements. 1.5.1.5 Provide description of anticipated activities for the next reporting period, such as description of any travel or unique services to be provided and other relative information as necessary. 1.5.1.6 Financial Information to be provided shall include: 1.5.1.6.1 An invoice that itemizes each subtask during the reporting period. 1.5.1.6.2 An invoice with travel vouchers and any back up documentation for any travel during that billing period. 1.5.2 Other Data Requirements. Final deliverables will assure that all changes/modifications that have been made to the IDS-CAT software, system hardware requirements, and/or database/code as a result of its maintenance, sustainment and/or modification are appropriately documented to include updates, as needed, the following documents and/or materials: 1.5.2.1 The IDS-CAT Operator’s Manual and updates as required. 1.5.2.2 Uncompiled programming code, language used, compiled programming languages, source code, database schema, test plans and deployment instructions. 1.5.2.3 Develop and maintain a complete Quality Control Plan (QCP), 1.5.2.4 Document all programming changes. 1.5.2.5 Submit request for authorization for travel. 1.5.2.6 Submit travel vouchers 1.5.3 Deliverable Schedule/Instructions. The contractor shall ensure deliverables meet Government requirements as specified in this SOW and are delivered as required. Delivery times may be moved to align with program milestone changes, only if it is acceptable to the Government and is in the best interest of the Government. 1.5.3.1 Monthly Status/Financial Report. The status/financial report shall be submitted by the 10th of each month. This may be electronically submitted to the CO and COR. A machine-produced, paper copy of the monthly report shall be provided to the contracting officer. 1.5.3.2 The contractor shall provide all other data deliverables in an electronic format. Documents shall be provided to the Government in electronic format (Microsoft Office standard format) either by electronic mail (preferred) or on electronic media (floppy disk, etc.). 1.5.4 Criteria for Acceptance. Only the COR or the CO has the authority to inspect, accept or reject data deliverables. A decision on final acceptance of data deliverables will be made with input, in writing, from the Government’s COTR. 2.0 SERVICE DELIVERY SUMMARY (SDS) 2.1 The Government will periodically evaluate the contractor’s performance by appointing a representative(s) to monitor performance to ensure services are received. The Government representative will evaluate the contractor’s performance through inspections of deliverables, any customer complaints received that were Government validated and conversations with the CO, COR, COTR. The Government may inspect the contractor’s taskings anytime during the process and as many times as deemed necessary to assure a quality product is delivered. The Government may increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if performance dictates. The Government representative shall make final determination of the validity of customer complaint(s). 2.2 If any of the services do not conform to cotract requirements, the Government may require the contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may: 2.2.1 Require the contractor to take necessary action to ensure that future performance conforms to contract requirements; and 2.2.2 Reduce the contract price to reflect the reduced value of the services performed. Table 2.1 Integrated Delivery System Consultation Assessment Tool (IDS-CAT) Service Delivery Summary (SDS) SDS # Performance Requirements SOW Para # Performance Threshold/ Standard Method of Surveillance (How, Frequency) Deliverables 1 Operational Capability (OC). The contractor shall maintain the hardware hosting, administration and coordination, code and database maintenance, system administration, help desk functions and network security to support the day-to day web hosting and operational functioning of IDS-CAT 1.4.1 No more than 3 complaints during 6-month period that can be substantiated Complaints received directly to the PHSD program manager, Training Coordinator & Consultant or the COTR. Activities log, deliverables, discussions with COTR and monthly status report 2 Performance Criteria. The IDS-CAT shall be available, seven days per week. 1.4.10 99% Complaints received directly to the PHSD program manager, Training Coordinator & Consultant or the COTR. Activities log, deliverables, discussions with COTR and monthly status report 3 Administrator manuals; technical and non-technical documentation and updates 1.4.4 98% accurate and timely submissions of requested documents PHSD program manager set timelines, review and acceptance documents Documents 4 Customer support 1.4.2.1 No more than 3 complaints during 6-month period that can be substantiated Complaints received directly to the PHSD program manager, IDS-CAT Training Coordinator & Consultant or the COTR Activities log, deliverables, discussions with COTR and monthly status report 3.0 GOVERNMENT FURNISHED RESOURCES (GFR) 3.1 Government Furnished Information (GFI). The Government will provide the following information. Manuals, texts, briefs and other materials associated with the execution of this contract will be provided. All available documentation for the current systems associated with this SOW will be available for contractor employees’ use for the duration of this contract. GFI shall include access to applicable development standards including configuration management and documentation life cycle. All provided documentation shall remain the sole property of the Government and shall be returned to the COR or CO upon completion of this contract. Information provided by the Government and/or developed during the performance period of this contract shall not be disseminated without approval of project/program manager and shall be the sole property of the Government. 3.2 Government Furnished Services (GFS). 3.2.1 Services. The contractor shall perform all contractor-related administrative functions. The contractor shall provide all arrangements for Government required travel expenditures within the performance of this contract. The contractor may work other than normal business hours with concurrence of contractor/Government but not exceed the contract hours ceiling. 3.2.2 Travel. The contractor will manage all Government approved travel and per-diem expenditures. The contractor may be called upon to travel within the scope of this contract to attend various work groups, seminars, meetings or on-site support. The contractor will be reimbursed at cost limited to the Government Joint Travel Regulations (JTR). 4.0 GENERAL INFORMATION 4.1 The contractor shall be responsible for the performance of the work and to perform all contractor-related administrative functions. 4.2 Privacy Act and Health Insurance Portability and Accountability Act of 1996 (HIPAA). 4.2.1 Privacy Act. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. (Appendix A) 4.2.2 HIPAA. The contractor will ensure that all requirements of HIPAA are complied in conjunction with privacy requirements and with the Mission Assurance Categories I, II, and III controls for integrity and availability for applying integrated, layered protection of DoD information systems and networks per Department of Defense Instruction (DoDI) 85000.2, 6 Feb 03, E4, attachments 1-3 and DoD 6025.18-R (reference Appendix B). In addition, HIPAA requirements will be complied with concerning the Security of Protected Health Information (reference Appendix B). 4.2.3 Security. The contractor shall adhere to security as required within this SOW. Work, performed under this contract, is unclassified. This contract requires adherence to security/privacy requirements imposed by the Government, DoD, AF and other applicable security clearance requirements as applicable to this contract. When required, all documentation required for the maintenance of security requirements shall be the responsibility of the contractor. The IDSCAT program does not have any health-related data included that is associated with personal identifiers and/or the programs interface with other health care data systems. At no time in the delivery of the IDS-CAT survey is the user login-password ever paired with personal identifying information; the login and passwords are randomly distributed; sensitive health-related questions are not asked. In this sense, it is truly completely anonymous and private for the respondent. However, to ensure that if this circumstance changes, the Government requires the inclusion of the Privacy Act Sensitive requirement. The contractor shall handle and protect all data as directed and implemented by the AFMS enterprise and its implementation of the Health Insurance Portability and Accountability Act of 1996 (HIPPA). (Appendix B) The COTR must be kept abreast of all security issues dealing with the security clearances and/or certifications. 4.2.3 Security Requirement. Although contractor’s work does not conflict with Government security, the contractor shall be eligible to meet the National Agency Check (NAC)/Eligibility of A1S2 clearance. Meeting the National Agency Check (NAC)/Eligibility of A1S2 clearance is not required prior to beginning work since contractor does not have access to patient data but may be requested and documentation provided to this effect. 4.3 Quality Control 4.3.1 The contractor will develop a quality control plan for Government review. 4.3.2 The contractor shall be responsible for quality control for all work accomplished during the performance of this contract. All work shall be accomplished using the best commercial practices and be within the Government guidelines. 4.4 Section 508 of the Rehabilitation Act of 1973. The contractor shall comply with Section 508 and maintain the documentation that demonstrates this compliance, when applicable. All electronic and information technology procured through this contract must meet the applicable accessibility standards at 36 Code of Federal Regulations (CFR) 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended and is viewable at http://www.access-board.gov/sec508/508standards.htm. 4.5 Product Ownership. At the completion or termination of this contract the Government will own all products with unlimited rights at no additional cost, monetary or otherwise. All data and patent data collected as part of this application and database belongs exclusively to the US AFMSA PHSD. The Federal Government product ownership will include all of the following that may apply: 1) if commercial software was used, the data layout or schema; 2) if a commercial product isn’t used the source code or un-compiled code or programming code and what language it is written in; and, 3) if a commercial product was not used, the compiled (“executable”) program and the manual and/or instructions regarding this programming; and 4) the test plans used. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/HSW/Reference-Number-F1J4AJ6194A500/listing.html)
 
Place of Performance
Address: AF/SGOF, 2509 Kennedy Circle, Brooks City-Base, Texas
Zip Code: 78235
Country: UNITED STATES
 
Record
SN01096951-F 20060726/060724223139 (fbodaily.com)
 
Source
FedBizOpps 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.