Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
DOCUMENT

70 -- Internet Website Crawlng, Filtering and Documentation - Mod/Amendment 02

Notice Date
4/3/2008
 
Notice Type
Mod/Amendment 02
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-00539
 
Response Due
4/3/2008 5:00:00 PM
 
Archive Date
4/11/2008
 
Point of Contact
Ted Weitzman, Contracting Officer , Phone 301-827-7178, Fax 301-827-7101, - Brenda Lee, Contract Specialist, Phone 301-827-7036
 
E-Mail Address
ted.weitzman@fda.hhs.gov, brenda.lee@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Food and Drug and Administration intend to award a competitive requirement for Internet Website Crawling, Filtering and Documentation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation FDA-SOL-08-00539 is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This is a total small business set-aside. The NAICS code is 519130. The small business size standard is 500 employees. This is a firm fixed price contract. The period of performance is from effective date of award through 12 months plus four option periods. The contractor shall identify, confirm and rank websites engaged in targeted activity that meet FDA search criteria which will be given to the contractor at time of award. This requirement also includes website activity and site ranking criteria. Ranking is by the amount of website activity and by numbers of links to a site and by the sophistication and complexity of the appearance of the pages. FDA will provide a list of URLs and websites (target areas) to the contractor for persistent investigative and market research monitoring of specifically identified mal-content related to fraudulent bird flu products. The contractor shall provide internet crawling, investigation, market research, website filtering, and website documentation for the target sites. The contractor shall provide progress reports monthly and for high risk areas the contractor shall provide progress report(s) within one week. These reports include website target identification, target content, threshold, site filtering, scoring, site reviewing and confirmation. The contractor shall help the FDA manage its targeted mal-content merchants through a combination of proactive and persistent site analysis coupled with a detailed case management system that allows confirmation and data collection on suspected violations and merchants. The contractor shall supply all of the necessary personnel, supplies, equipment, and facilities to perform the following tasks. The contractor shall have the capability to manage a changing database of targeted mal-content merchants through a combination of proactive and persistent site analysis, investigation and market research coupled with a detailed case management system that allows analyst confirmation (and data collection) on suspected violations. The basic steps of the process are as follows: Step 1 - Identify Target Sites: FDA will provide the contractor with their known list of URLs and websites. The contractor shall identify all known and relevant pages associated with that list. The contractor shall crawl the internet to identify pages associated with specific content to be identified by FDA. Step 2 - Content Targets and Thresholds: The contractor shall crawl each page of the target areas to determine if any target content violations appear to exist. Step 3- Filter and Score Sites: During the crawling process, the contractor shall use technology to score and reviewed pages based on content, links, website transaction activity and other mal-content precursors. The scoring data will be used to determine which pages are forward to the Government analyst/representative for human confirmation. Step 4- Review & Confirm: Each site that meets the FDA content thresholds (as determined by the contractor?s scoring algorithms) shall be analyzed by the contractor to confirm such content meets FDA criteria. Step 5 -Action & Report: The confirmed violations shall be reported to FDA in a password protected and unique portal. The FDA shall have the ability to manage each record, add website specific data, and use tools to assist inmanagement of the targeted content violation. Step 6 -Monitor & Review: After the target areas have been established, the contractor shall examine each page for changes on a monthly basis. When changes are detected, the contractor shall determine and confirm if the changes are relevant and forward them to FDA. The contractor shall agrees that information shared between parties in the course of the contract is private client information and will not be shared with other clients, organizations, or any individual or groups without express written consent of the FDA Office of Regulatory Affairs. The contractor will work with data and information that is in the public domain (eg. published Warning Letters or Recall Notices) or is releasable under the Freedom of Information Act (FOIA) (e.g. standard operating procedures, existing Warning Letter templates). For any in-process/pre-decisional data or information that could be exempt from FOIA disclosure (see 21 CFR 20),the confidentiality statement will apply. Actual or potential conflicts of interest (i.e. work that may result in an unfair competitive advantage or impair the contractors objectivity in performing the work) must be disclosed in writing before the contract is awarded. All contractor and subcontractor employees are required to sign the Contractor's Commitment to Protect Non-Public Information (NPI) Agreement (Form FDA 3398) provided which will be provide at time of award.. FAR 52.212-1 Instructions to Offerors- Commercial Items (November 2007),FAR 52.212-4 Contract Terms and Conditions-Commercial Items- (February 2007), FAR 52.212-2, Evaluation - Commercial Items (January 1999), 52.217-5 Evaluation of Options (July 1990), FAR 52-217-5 Option to Extend Services (NOV 1999), FAR 52-217-9 Option to Extend the Term of the Contract (MAR 2000), are hereby incorporated by reference and apply to this acquisition. To determine its technical merit, each quotation will be evaluated against the technical evaluation factors. The evaluation factors are listed in descending order of importance. Technical and Past Performance when combined are significantly more important than cost or price. The Government will make one award. The following factors shall be used to evaluate offers: 1. Technical Understanding and Approach. The technical evaluation will be evaluated to determine if the proposed contractor is capable of providing internet crawling, website filtering, website documentation and reporting. Contractors shall furnish as part of their quotation all descriptive material necessary for the government to determine whether their service meets the technical requirements. 2.Experience in Web Crawling- The contractor shall provide a detailed description of recent experience in searching for relevant websites that would be suitable for regulatory consideration and the ability to monitor and changes the websites including the methods used and results obtained. 3.Past performance -Offeror should provide three references of similar efforts performed during the last three years.This will be include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official name(s), address and telephone number. Office shall comply with the provision at FAR 52.212-1(b) and submit 1) an electronic copy to Brenda Lee via email at brenda.lee@fda.hhs.gov. 2) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Quotation. Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Nov 2006) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov/. All Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (February 2007) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2008), applies as follows: 52.233-3,52.233-4, 52.203-6, 52.219-6, 52.219-8, 52.222-3, 52.222-21,52.222-26, 52-222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33,52.239-1.FAR provisions and clauses may be found at http://www.acquisition.gov/far/index.html. Offerors may submit questions to Brenda Lee via email. Please reference the specific area and location in the combined synopsis when asking a question. All questions must be submitted not later than 10:00 am EST on March 28, 2008. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Submission must be received via email 12 Noon EST on April 3,2008.See Number Note 1.If you have any questions regarding this announcement, please contact Brenda K. Lee at 301 827-7036 or via email.
 
Document(s)
Mod/Amendment 02
 
File Name: (Questions and Answers .pdf)
Link: https://www.fbo.gov//utils/view?id=00b091fc642ad776d1eb539202b1c9ce
Bytes: 144.09 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US
Zip Code: 20857
 
Record
SN01546998-W 20080405/080404000425-35488eb9ed2793c97e2d5f469de71c30 (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.