Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

R -- Ancillary Consultant

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFQ94352
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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 solicitation number for this acquisition is RFQ 94352 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. The purpose of this Contract is to engage the services of a Contractor to support the DCRI Scientific Computing Section for an Ancillary Consultant Services. The National Institutes of Health (NIH) Clinical Center (CC) is a clinical research hospital providing all medical services for patients participating in human research protocols of the NIH. The CC provides patient facilities and services for clinical investigations by the NIH Institutes, research in related areas and supervises residency and other training programs. The Department of Clinical Research Informatics (DCRI) is responsible for processes and systems that directly affect users in the care delivery and research settings. Work focuses on the analysis and evaluation of clinical research informatics needs and requirements, the development of design options that support the work processes of clinical research, and the implementation and management of responsive IT solutions. The DCRI consolidates the planning, development, operations, and maintenance of CC computing activities. The DCRI operates a computer center that provides 24 hours by 7 days a week service to patient units and all hospital departments. All of these service areas engage in administrative, diagnostic, and therapeutic activities. The DCRI operates and manages the Clinical Research Information System (CRIS), a large, real-time computer system managing access to patient records retrievals and workflow. In addition, DCRI is the coordinating point for all Federal Information Processing acquisitions throughout the CC, and is leading several projects involving inter-agency care systems. The DCRI assists in the creation and maintenance of a number of databases for many research purposes. While the policy of the department is to consolidate as much as possible on standardized application and database technologies, a number of PowerBuilder, Microsoft Active Server Pages, Microsoft .Net and SYBASE applications exist and must be maintained. The purpose of this Contract is to engage the services of a contract consultant to provide computer system support services for these applications and databases as required. Task 1: Assessment, Maintenance and Development of existing workgroup Systems. The contractor shall maintain the workgroup systems identified in section 4. Maintenance shall include upgrading, converting, rewriting, testing, developing and documenting functional requirements, system specifications, procedures, routines, data dictionaries, input files, output files, layouts, screens, reports and all other areas commonly associated with standard system maintenance. Task 2: Computer Systems Setup, Configuration and Troubleshooting. The contractor shall set-up and configure all clients and servers of the systems identified in section 4. The contractor shall troubleshoot all networking, operating systems, and application software issues on computer systems identified for operation of the systems. Task 3: Computer System Assessment and Development for other systems. The contractor shall analyze, coordinate, manage, develop, test, install, and maintain other systems as directed by the government. The contractor shall be capable of providing the following services at the request of the government: System assessments, System requirements analysis, System specifications, Interface design, Interface implementation, System design, System development, Report development, System back-up implementation, Documentation development, and Software conversion. Systems Maintenance. The contractor shall maintain the following CC systems: Occurrence Reporting System, Payment Tracker, Patient Tracker, Press Log, Pharmacology Class Registration, Pharmacology Seminar Registration, Master User Database, Critical Care Tracking, Psychiatric Consult Tracking, Additional Systems. Additional systems shall be added at the direction of the government. Key Personnel General Experience. All contractor personnel shall have 15 or more years of experience successfully performing tasks as stated in the Scope of Work (section 3). Hospital Systems Experience. All contractor personnel shall have 6 or more years of recent experience successfully performing tasks as stated in the Scope of Work (section 3) for custom hospital administrative and clinical applications Specific Experience. All contractor personnel shall have 4 or more years of recent experience with each of the following software systems and tools: Sybase Adapative Server Enterprise versions 11, 12 and 15. Microsoft SQL Server version 2000 and 2003. Microsoft .Net framework 2.0 , C# with AJAX extentions, and AJAX controls tool kit Powerbuilder version 6.4 Adobe Flash MX Adobe Photoshop CS2 Erwin Data Modeler Microsoft Visual Studio 2005 ACIUS 4th Dimension version 6 Schedule and Deliverables Monthly Status/Progress Report. The contractor shall prepare a monthly status report and forward it to the government by the 28th day of the following month. The format and content shall be specified by the government. The contractor shall produce the following documentation for each of the systems in 3 as required and directed by the government: System Assessments Reports, Functional Requirements Documents, System Specifications, Maintenance and User Manuals, and Other documentation as specified Project and Configuration Management Project Management Methodology. The contractor shall develop, maintain, manage, test, implement and deploy all applications in accordance with the current department approved Project Management Methodology. This methodology is attached as Appendix A ? Project Management Methodology. Please email amcgee@cc.nih.gov for a copy of Appendix A. Configuration Management. The contractor shall follow the current department approved Configuration Management Process for all assigned tasks. This process is attached as Appendix B ? Configuration Management Process Please email amcgee@cc.nih.gov for a copy of Appendix B. Period of Performance, Option Years, and Estimated Labor hours This contract shall consist of one base year and two option years. The initial period of performance shall commence on 10/1/2007 and end 9/30/2008 The first option year shall commence 10/1/2008 and end 9/30/2009 The second option year shall commence 10/1/2009 and end 9/30/2010 The estimated labor hours are 1920 per year. Evaluation Criteria: Proposals shall be evaluated based upon the following criteria: Knowledge and understanding of the requirements and specifications of the current systems in Section 4 - System Maintenance (40 points) Knowledge and understanding of the government?s Project Management Methodology in section 7.1 (5 points) Knowledge and understanding of the government?s Configuration Management Process in section 7.2 (5 points) Meeting the Key Personnel ? General Experience section in 5.1 (5 points) Meeting the Key Personnel ? Hospital Experience section in 5.2 (10 points) Meeting the Key Personnel ? Specific Experience section in 5.2 (35 points) The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period for 1 year with option to renew an additional two-year period. Please price out all options on the solicitation. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www..arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 45 days from the posting of this notice no later than _09/18/07 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 10/05/2007. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _08/24/07. Collect calls will not be accepted. No Phone Calls Please.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD 20892
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01363048-W 20070808/070806220437 (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  © 1994-2020, Loren Data Corp.