Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOURCES SOUGHT

D -- Develpment, Enhancement and Maintenance of Web-based Application for the Army Surgeon Generals Office, Directorate of Medical Education. AMENDMENT WILL BE ISSUED AS A FOLLOW ON.

Notice Date
12/20/2007
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W9189H-7288-0001
 
Response Due
12/26/2007
 
Archive Date
2/24/2008
 
Point of Contact
Lizy Rivera, 703 614-1157
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(lizy.rivera@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The contractor (KTR)shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to develop, enhance and maintain the Medical Education Directorates website as defined in this PWS. The U .S. Army Medical Department's (AMEDD) headquarters organizations are the Office of the Army Surgeon General and U.S. Army Medical Command (MEDCOM). The Office of the Army Surgeon General, Medical Education Directorate has the requirement to maintain and s upport the corporate medical education systems for the purpose of standardizing information services based on the Department of Defense (DOD) automated information guidance. The purpose of the MEDCOM Medical Education WBA is to support the MEDCOM Medical Education web pages and data collection requirements. The Web Based Application shall consist of the Graduate Medical Education Program (GME), Active Duty Health Professions Scholarship Program (HPSP), Financial Assistance Program (FAP), Specialty Delay P rogram, First Year Graduate Education Program (FYGME), Active Duty Health Professions Loan Repayment Program (HPLRP) and Continuing Medical Educations (CME) Accreditation module. Develop requirements, program and assist with testing the GME Specialty Del ay Program Module, HPSP Termination/Discharge Module, and FAP Program Module. Develop enhancements, program and assist with testing features within the HPSP, HPLRP, FYGME, GME and financial programs. KTR shall provide full time development, analysis, modi fication, and implementation of automation requirements. This includes coordinating with operational personnel, identifying their needs and capabilities, translating them into standard specifications and required needs. KTR shall provide expertise to sup port the MEDCOM Medical Education Web Based Application (WBA). This support shall include design, enhancement, maintenance and security for all MEDCOM Medical Education World Wide Web based application and web pages. The work shall be performed on MEDCOM Medical Educations Web Servers located in San Antonio, TX. Period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. Government reserves the right to extend the term of this contract. KTR shall develop and maint ain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality c ontrol program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, Performanc e Requirements Summary. The Government shall evaluate the contractors performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Contractor is responsible for providing services between the h ours of 7:30 a.m.  4:00 p.m. Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor shall establ ish a tour of duty with the Government Technical Manager for an eight (8) hour day plus sixty (60) minute lunch period during the hours of operation. The KTR maintains an adequate work force for the uninterrupted performance of all tasks defined within th is PWS when the Government facility is not closed. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential. The principal place of performance will be the Ktr's offices. Access to information subject to the provisions of the Privacy Act is not normally required; however, it is required when troubleshooting operational site software. Security-In-B riefing. Prior to reporting to the work site, contractor personnel shall report to the Office of the Surgeon General for a security briefing. A SECRET clearance is not required. No access to classified information is required or authorized by contractor. Contractor personnel must be U.S. citizens. Contractor shall be responsible for safeguarding all Government property provided for contractor use. Contractor shall designate an individual as the Acting Project Manager (PM) in the event the PM will be tem porarily absent for more than one day, the contractor shall provide the COR two weeks notification for approval of any anticipated, permanent change to the PM. The KTRs PM shall have supervisory responsibility over all contractor personnel to include work assignments. KTR personnel shall be fluent in the English language and have the ability to read, write and comprehend technical documentation, and, posses the knowledge, skills and abilities to support this project. Technical project personnel must posses s at least three years of specialized experience in the design and development of automated information systems (AIS). Specific skills include but are not limited to the ability to design, maintain, sustain and provide security to World Wide Web based appl ications and web pages, including HTML programming, graphics design and formatting of functional input. Possess basic knowledge of HTML and scripting languages to include working knowledge of Microsoft InterDEV, and SQL 7.0 Post Award Conference/Periodic P rogress Meetings: The KTR agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with FAR Subpart 42.5. The contracting officer, COR, and other Governmt personnel, as appropriate, m ay meet periodically with the KTR to review the contractor's performance. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. The CM or alternate shall have full authority to ac t for the KTR on all contract matters relating to daily operation of this contract. All KTR personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are req uired to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Travel to meetings and to coordinate task orders will only be required within the Metropolitan DC area and be con sidered as local travel. No TDY travel is anticipated. Should TDY travel become required, KTR shall require prior Government notification, coordination and approval by the COR. Invitational Travel Orders will be issued by the Government for per diem and i ncidental expenses at rates specified in the Joint Travel Regulation (JTR), Volume II, in affect at the time of the travel. The KTR shall purchase airline tickets and invoice the Government for reimbursement under the task order. KTR is responsible to pla n travel to obtain the lowest travel rates. KTR shall submit travel vouchers and subvouchers in accordance with the organization procedures provided at the time of travel for reimbursement of per diem and incidental expenses. SECTION 508 COMPLIANCE REQUIREMENTS: All EIT products and services proposed shall fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Boards Electronic and Information Technolog y Accessibility Standards at 36 CFR 1194. The Contractor shall identify all EIT products and services proposed, identify the technical standards applicable to all products and services proposed and state the degree of compliance with the applicable standards. Additionally, the Contractor must clearly indicate where the information pertaining to Section 508 compliance can be found (e.g., Vendors or other exact w eb page location). The KTR must ensure that the list is easily accessible by typical users beginning at time of award. The KTR must ensure that all EIT products and services proposed that are less than fully compliant, are offered pursuant to extensive m arket research, which ensures that they are the most compliant products available to satisfy the solicitations requirements. If any such EIT product or service proposed is not fully compliant with all of the standards, the Contractor shall specify each s pecific standard that is not met; provide a detailed description as to how the EIT product or service does not comply with the identified standard(s); and shall also indicate the degree of compliance. The Government has rights to all code/documents/materia ls produced under this contract. All documents and materials, to include source code for any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belo nging exclusively to the Government. These documents and materials may not be used or sold by the KTR without written permission from the Contracting Officer. All materials, including but not limited to, all software, analyses, reports, documentation, br iefings, etc., in any medium or format, developed and conducted supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. The Government will retain sole right to use, distribution and/or publishing of these products, data and items as it sees fit. This right does not abrogate any other Government rights under the applicable Data Rights clause, DFARS 252.227-7020. Release of any such information to personnel or organizations outside MEDCOM will be d one on a case-by-case basis with approval by the Contracting Officers Representative (COR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collections site where the Contractor shal l report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address Https://contractormanpower.a rmy.pentaton.mil The required information includes: A. Contracting office, Contracting officer, Contracting Officers Representative B.Contract number, including task and delivery order number. C.Beginning and ending dates covered by reporting period. D. Contractor name, address, phone number, e-mail address, identify of Contractor employee entering data. D.Estimated direct labor hours (including subcontractors.) E.Estimated direct labor dollars paid this reporting period (including subcontractors) F.Total payments (including subcontractors.) G.Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different.) H.Estimated data collection costs. I Organizational title associat ed with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army requiring Activity is responsible for providing the KTR with its UIC for the purpose of reporting this information. J.Locations where KTR and sub-KTR perform the work (sp ecified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature on website. K.Presence of deployment or contingency contract language. L.Number of Contractor and subcontractor employees depl oyed in theater this reporting period (by country).Reporting period will be the period of performance, not to exceed 12 months ending September 30 of each Gover nment fiscal year end and must be reporting by 31 October of each calendar year. KTR's may use XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors sys tem to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. The KTR shall submit monthly timekeeping reports, broken down by employee name, labor category, labor rate, and hours worked, to the Government Technical Manager no later than 15 days after the end of the month. Vendors must submit a monthly report which lists the labor categories (and the labor rates for those categories) utilized during the billing period. This monthly report must be submitted along with a copy of the invoice and time sheets to the Government Technical Manager so that client acceptance may be granted. Contractor travel charges, if authorized, will be invoiced in accordance with the current Volume II Government Joint Travel Regulations (JTR). This award will be incrementally funded. The following clause applies. Limitation of Funds. Other Direct Costs (ODCs). At this time, all items that may be required under this task order are unknown. If and when they are identified during the period of performance for this task, it is the responsibility of the prime KTR this task order to form the necessary arrangements to obtain the items. The Contractor m ust submit a request for each purchase. Purchase requests must be approved by the Government prior to purchase. Items purchased are the property of the Government and must appear on a hand receipt. The Government will furnish and provide the Contractor wit h access to incentive program technical experts, information and necessary points of contact to perform the services required under this PWS. The Government shall grant access to any Government regulations, policies and technical manuals that may be needed to perform the work. The Government may provide unique software in use by DoD that the Contractor would need to use in programming the website. If the KTR is on-site at a Government facility and requires the use of any Government items, they shall not lea ve the building without prior approval of the Government technical manager and issuance of a hand receipt. KTR personnel will not modify or load software to any computer equipment without prior approval from the Government technical manager. Government fu rnished items shall not be used for any project other than in support of this task and will remain the sole property of the Government. Any items furnished will be on a rent-free basis and must be maintained by the KTR. The Government will provide office s pace, materials, standard business equipment and utilities (e.g. access to copier, telephones and line access), computer workstations, software and resources required to complete the specified tasks for all personnel during on-site visits. The KTR shall p rovide office space, materials, business equipment and utilities (e.g., access to copier, telephones and line access), computer workstations, software and resources required to complete the specified task for all off-site personnel and services, and comply with all Government property requirements and regulations. The Government will provide access to non-procurement sensitive documentation, information on Government-owned systems and activities to facilitate the KTRs review and analysis, as required. Inf ormation will include reports, briefings, system access and other reference material. The Government will provide the KTR with timely information, to include access to unclassified Government information networks, required for the completion of this effor t and facilitate KTR personnel interfaces with other MEDED, MEDCOM, CME, Army or DoD staff, service staff and agency offices as required to complete this effort .The MEDCOM Medical Education Web server is a Dell 1850, 4 GB, 2 x 3.2 GHz Processor; Database server is a Dell 6850, 32 GB RAM, 4 x 3.6 GHz processor. Test and Evaluation (Demo) Hardware. Web and Database servers are Dell 1850s, 4 GM RAM, 2 x 3.2 GHz Pr ocessor. Production Hardware. Web consists of a 6 node Load Balanced Web Cluster which includes 6 Dell 1850s each with 4 GB RAM, 2 x 3.4 GHz Processors; Database server is a Dell 6650, 32 GB RAM, 4 x 3.6 GHz Processor. All servers run Windows Server 2003. All database systems run SQL Server 2000. All application servers run IIS 6.0. The KTR shall provide services for design, development, analysis, modification, testing, security and implementation of automation requirements in support of the MEDCOM Medic al Education Directorates web based application and web pages. The KTR shall coordinate all related HTML documents, programming, graphic design, formatting of functional input with the various MEDCOM MEDED functional POCs. Contractor shall ensure that al l MEDCOM MEDED web applications and pages comply with minimum standards set forth by DoD, DA, HA and the U.S. AMEDD. Contractor shall coordinate the posting of all web application updates and pages with MEDCOM Medical Education Network Engineer to ensure that the web updates and pages are available 24-hour per day, seven days per week and that the proper security measures are always implemented. Contractor shall coordinate requirements for connectivity of the end user supporting customers to the MEDED data base and Web Base Application, including the Army Personnel Reserve Command (AR-PERSCOM), MEDCOM contracting, Defense Finance and Accounting Service (DFAS), and the Army Recruiting Command (USAREC). Contractor shall assist MEDED in the development of requi rements documents for new automation and amend or add to existing requirement documents when enhancements are developed. KTR shall provide a full set of technical documentation to include requirement documents and end-user manuals. The manuals and require ment documents will be consistently updated to match any and all updates and upgrades to the system. They shall be provided to the Government as completed during performance. Final documentation shall be submitted no later than five (5) working days afte r the end of this contract. Contractor shall develop test plans and assist MEDED in testing new developments and enhancements to the system. The Contractor shall submit monthly status and cost reports to the Government Technical Manager no later than 15 days after the end of each month. KTR shall submit a monthly work plan for all the systems and projects. The plan will detail all activities, plans and projected analysis based upon available data. The following documents are applicable to this PWS as a dvisory references. An electronic version is available at www.apd.army.mil AR 25-1, The Army Information Resources Management Program, 31 May 2002, DA Pam 25-4, Information Systems Technical Documentation, 10 April 1991, DA Pam 25-6, Configuration Managem ent for Automated Information Systems, 13 June 1991 PERFORMANCE REQUIREMENTS SUMMARY Performance Objective Performance Standard Method of Surveillance Sample Size Frequency PRS # 1. The KTR shall coordinate all related HTML documents, program ming, graphic design, formatting of functional input with the various MEDCOM MEDED functional POCs. 1 All programming, design, formatting etc. is coordinated with MEDCOM MEDED functional POCs. 100% Inspection 100% Daily PRS # 2 The KTR shall ensure th at all MEDCOM MEDED web applications and pages comply with minimum standards set forth by DoD, DA, HA and the U.S. AMEDD. Web application and pages comply with DoD, DA, HA and AMEDD standards 100% Inspection 100% Daily PRS # 3 The KTR shall coordin ate the posting of all web application updates and pages with MEDCOM Medical Education Network Engineer to ensure that the web updates and pages are available 2 4-hour per day, seven days per week and that the proper security measures are always implemented. Web application available 24-hours per day, 7 days per week. Posting of web pages and applications are coordinated with MEDED. 100% Inspection 100% As upda tes are required PRS # 4 The KTR shall coordinate requirements for connectivity of end user supporting customers to the MEDED database and Web Base Application, including the Army Personnel Reserve Command (AR-PERSCOM), MEDCOM contracting, Defense Finan ce and Accounting Service (DFAS) and the Army Recruiting Command (USAREC). All end user supporting customers have access to the web application. 100% Inspection & Customer Service 100% Daily PRS # 5 The KTR shall assist MEDED in the development of requirement documents for new automation and amend or add to existing requirement documents when enhancements are developed. Requirements documents are prepared in compliance with programmers requirements. Requirement documents are updated as functional changes are made. 100% Inspection 100% Weekly status review of development and enhancement requirements. The KTR is responsible for delivering all end items to the Government. All work and deliverables must meet professional standards and the PWS requi rements. The COR will have seven working days to review the deliverables submitted and make comments and/or changes. If changes are necessary, the contractor will have seven working days to make the necessary changes and return the final deliverables to the Government COR. Upon receipt of the final deliverables, the COR will have seven working days for final review prior to acceptance or to provide documented reasons for rejection. DELIVERABLE FREQUENCY # OF COPIES MEDIUM/ FORMAT SUBMIT TO The K TR shall provide a full set of technical documentation to include requirement documents and end-user manuals. The manuals and requirement documents will be consistently updated to match any and all updates and upgrades to the system. PWS Paragraph 5.1 .6 Updates available upon request during performance period. Final documentation submitted no later than five (5) working days after the conclusion of this contract. 4 copies MS Word on CD Contracting Officer Representative (COR) The Contractor shall develop test plans and assist MEDED in testing new development and enhancements to the system. PWS Paragraph 5.1.7 Test plans available no later than the first day of testing. Personnel present during testing. 4 copies of test plan. MS Word and/or p aper COR The Contractor shall submit monthly status and cost report. PWS Paragraph 5.1.8 No later than 15 days after the end of each month 1 copy MS Word via email COR The Contractor shall submit a monthly work plan for all the systems and projects. PWS Paragraph 5.1.9 No later than 5 days after the end of each month 1 copy MS Word via email COR Below are the estimated annual labor hours required the primary incumbent Contractor to support this account. It does not project actual requirements f or the new contract. Nor does it reflect hours required of subcontractors. BASE YEAR ITEM LABOR CATEGORY ESTIMATED QUANTITY 1 Project Manager 1880 1 2 Senior Database Analyst 1880 1 3 Management Analyst 1880 1 4 Senior Computer Sys tems Analyst 5640 3 5 Computer Systems Analyst 1880 1 OPTION YEAR 1 ITEM LABOR CATEGORY ESTIMATED QUANTITY 1 Project Manager 1880 1 2 Senior Database Analyst 1880 1 3 Management Analyst 1880 1 4 Senior Computer Systems Analyst 5640 3 5 Computer Systems Analyst 1880 1 OPTION YEAR 2 LABOR CATEGORY ESTIMATED QUANTITY 1 Project Manager 1880 1 2 Senior Database Analyst 1880 1 3 Management Analyst 1880 1 4 Senior Computer Systems Analyst 5640 3 5 Computer Systems A nalyst 1880 1
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01474139-W 20071222/071220225849 (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.