Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

70 -- DataQuality Tool

Notice Date
5/29/2008
 
Notice Type
Cancellation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-1042672
 
Archive Date
7/1/2008
 
Point of Contact
Jody L. O'Kash,, Phone: 301-827-5094, Ted L Weitzman,, Phone: 301-827-7178
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov, ted.weitzman@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. (ii) This is solicitation number FDA-SOL-08-1042672 and this solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This is a total small business set-aside. (iv) The NAICS code is 541519. The size standard $23M. (v) The following is a list of contract line item number(s), part number(s), description of items, quantities, and units of measure: 0001 SAS-DFPROFLIE-1 DataFlux DFPROFILE 1EA, 0002 SAS-DFPROFILE-1M DataFlux DFPROFILE-Maintenance 1EA, 0003 SAS-DFQ-1 DataFlux DFQUALITY (includes base & match), 0004 SAS-DFQ-1M DataFlux DFQuality (includes base & match) maintenance 1EA, 0005 SAS-DFQ-2 DataFlux DFQUALITY (includes base & match)-Addl, 1 EA, 0006 SAS-DFQ-2M DataFlux DFQUALITY (includes base & match)-Addl Maintenance 1EA, 0007 SAS-DFMONITOR-1 DataFlux DFMONITOR 1EA, 0008 SAS-DFMONITOR-1M DataFlux DFMONITOR Maintenance 1EA, 0009 SAS-DVERIFYCON-1 DataFlux VERIFY CONNECTOR 1EA, 0010 SAS-DVERIFYCON-1M DataFlux VERIFY CONNECTOR Maintenance 1EA, 0011 SAS-DVERIFYCON-2 DataFlux Verify Connector – Addl 1EA, 0012 SAS-DVERIFYCON-2M DataFlux VERIFY CONNECTOR – Addl Maintenance 1EA, 0013 SAS-DFCUSTOMIZE-1 DataFlux CUSTOMIZE 1EA, 0014 SAS-DFCUSTOMIZE-1M DataFlux CUSTOMIZE Maintenance 1EA, 0015 SAS-DFENTERSERVERCLASS G2-1 DataFlux ENTERPRISE INTEGRATION SERVER Class G2-1 2EA (*1 License for 8 CPU Test Server and 1 license for 8 CPU Production Servers), 0016 SAS-DFENTERSERVERCLASS G2-1M 1 DataFlux ENTERPRISE INTEGRATION SERVER Class G2-Maintenance 2EA, 0017 SAS-DFENTERSERVERCLASS G1-1 DataFlux ENTERPRISE INTEGRATION SERVER Class G1 1EA (* 1 License for 4 CPU Development Servers), 0018 SAS-DFENTERSERVERCLASS G1-1M DataFlux ENTERPRISE INTEGRATION SERVER Class G1 Maintenance 1EA, 0019 SAS-MULTI DataFlux World Address Verification Annual Subscription 1EA, 0020 SAS-MULTI DataFlux Rooftop Geocoding Annual Subscription 1EA. (vi) DESCRIPTION OF REQUIREMENTS: STATEMENT OF NEED: The Department of Health and Human Services (DHHS), Office of Regulatory Affairs (ORA) is seeking a Data Quality Tool to address the following main areas: 1) Profiling – The ability to profile and provide insight into the data. 2) Verification – The ability to verify and correct domestic and foreign addresses. 3) Geo-coding – The ability to provide longitude and latitude for U.S. and foreign addresses. 4) Matching – The ability to effectively identify duplicates. 5) Data Governance – The ability identify non-conforming data. 6) Monitoring – The ability to monitor data changes in batch or real-time based on custom business rules. 7) Real-time Service – The ability provide services for real-time verification, matching, etc. 8) Customization – Ability to customize match and standardization rules to facilitate the accurate and prompt development, testing, and deployment of standard based web services for the Food Drug and Administration Agency (FDA). The Data Quality tool will be integrated into the FMLS application to support the core system functionality. The tool will be used during the post production phase. The tool will be used to support FDA efforts such as: Firm Harmonization – Use match capability to consolidate FDA data. SEDS Integration – Use match capability to link FDA firms data with Customs fimrs data. PN Targeting – Use match capability to match firm name and product description in Prior Notice submissions against firm and product watch lists. Registration Data Integration – Use matching to integrated firm registration dat from different centers into ORA firms master lit. Supporting import operations such as Broker Importer Communications (BIC) by matching on data other than firms. Supporting other federal initiatives and olicies such as Foood Import Protection Plan (FIPP) and Import Safety Action Plan (ISAP). This is a BRAND NAME OR EQUAL TO request for quote (RFQ). In order to be considered for award the vendor must submit with their quote supporting documentation that their product meets the following “General” and “Data Quality” Requirements: GENERAL REQUIREMENTS: 1) Software components must be compatible with the standard FDA environment: Sun/Solaris (Solaris 9 or 10), Oracle 10g R2 application servers, Oracle database. 2) All components must be scalable to meet future processing load. 3) Provide a cohesive suite of tool components that can communicate directly with one another to achieve data quality goal. 4) Provide a cohesive suite of tool components that can be easily installed, configured, and maintained. 5) The tool should have good installation instructions and technical support. 6) Provide an intuitive GUI and documentation to help lower the learning curve. Proposals should provide sample screenshots. 7) Cost provided in the proposal should assume 8 CPU production server, 8 CPU test server, and 4CPU development server. DATA QUALITY REQUIREMENTS: 1) Read data from various input formats and sources in batch or real-time processing. 2) Profile and analyze data with ability to produce reports and charts. 3) Ability to parse and standardize “dirty” data typical of that received by FDA. 4) Ability to validate US and foreign addresses at the rooftop, street or locality level. NOTE: Vendors should provide a table with a list of countries and the level at which the tool can validate the address for each country. In addition, please provide the frequency in which the data is updated for each country. Validation at the most precise level is preferred, with an emphasis on those countries most commonly providing import data to the FDA. 5) Address validation output should be able to provide specifics on what information was validated. 6) Provide easy to use and easy to develop out-of-the-box match strategy. 7) In addition to adjustment of the match parameters and weights/levels, the tool should provide a GUI allowing the FDA to develop and modify more complex match strategies. 8) Produce repeatable match results in either batch or real-time mode. 9) Produce repeatable match results whether matching data in the same file or data across files. 10) Provide Geo-coding (Lat. + Long.) capability for US, Canada and other foreign countries. “Roof-top” geo-coding is preferred. The vendor should describe the currently available capabilities and any plans to expand the availability of geocode data. 11) Monitor data changes in batch or real-time based on customized business rules and provide alerts. 12) Provide domain agnostic capability to cleanse domains outside of names & addresses. 13) Build custom standardization dictionaries from existing data sets or reference tables. 14) Provide capability to easily convert a batch procedure into a real-time service with limited modifications to the procedure. The real-time service must be able to be invoked by a Java application. 15) Provide capability to easily deploy and test real-time services. 16) Capable of being deployed efficiently in a SOA (Service Oriented Architecture) environment. (vii) Delivery of the product will be FOB destination. The contractor shall deliver the product to 5600 Fishers Lane, PKLN RM9B45 HFC-32, Rockville, MD 20857 no later than seven days after receipt of a an award. (viii) The provision at 52.212-1, Instructions to Offerors (APR 2008) -- Commercial, applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at 52.212-1, Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: 1. Ability to meet technical requirements 2. How well the proposed technology demonstrates the ability to meet the specifications 3. How complex is the implementation and use of the technology 4. Cost. Award will not be automatically made on the basis of the highest technical merit. Price is of less importance than technical capabilities and effectiveness. However price may become an important factor as the degree of equality between technical proposals becomes closer. In the final analysis, award will be made to the offeror with the proposal which offers the best value of technical factors and price. (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2003). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2007), applies to this acquisition as well as the following clauses cited therein: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (Alternate I OCT 1995), 52.222-3, Convict Labor (JUN 2003)(EO 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2006)(EO13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007)(EO11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006)(38 USC 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.232-34 (SEP 2006)(38 USC 4212), 52.225-1 Buy American Act---Supplies (JUN 2003), 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006), 52.239-1 Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a), Payment by Electronic Funds Transfer - Other than Central Contractor Registration (MAY 1999). Full text of clauses and provisions can be accessed at www.arnet.gov/far. (xiii) In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. This is available at http://www.section508.gov/. The 508 standards that are applicable to this requirement are 1194.21 a,b,c,d,e,f,g,h,i,j,l / 1194.31 a,b,c,d,e,f, / 1194.41 a,b,c. All questions must be submitted in writing to Jody O'Kash at Jody.O’Kash@fda.hhs.gov no later than Wednesday, June 11, 2008 at 5pm EST. Answers to all questions will be posted as an amendment to the solicitation. Cost Proposals, Technical proposals, and VPAT may be submitted electronically to Jody O'Kash at Jody.O'Kash@fda.hhs.gov no later than Monday, June 16, 2008 at 5pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=636fe3d26c854aad2113c4791ec8aa6b&tab=core&_cview=1)
 
Place of Performance
Address: 5600 Fishers Lane, PKLN RM9B45 HFC-32, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01582620-W 20080531/080529221114-63cdf526fddebe26a7fe8358560ad6f7 (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.