Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

D -- Data Quality Tool

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
443120 — Computer and Software Stores
 
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-08-1042672-02
 
Archive Date
7/17/2008
 
Point of Contact
Jody L. O'Kash,, Phone: 301-827-5094
 
E-Mail Address
Jody.O'Kash@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-08-1042672-02 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 443120. The size standard $23M. (v) The following is a list of Brand Name, part number(s), description of items, quantities, and units of measure: 1) SAS-DFPROFLIE-1/ DataFlux DFPROFILE / 1EA; 2) SAS-DFPROFILE 1M / DataFlux DFPROFILE-Maintenance / 1EA; 3) SAS-DFQ-1/ DataFlux DFQUALITY (includes base & match) /1EA; 4) SAS-DFQ-1M / DataFlux DFQuality (includes base & match) Maintenance / 1EA; 5) SAS-DFQ-2 / DataFlux DFQUALITY (includes base & match)-Addl / 1 EA; 6) SAS-DFQ-2M / DataFlux DFQUALITY (includes base & match)-Addl Maintenance / 1EA; 7) SAS-DFMONITOR-1 / DataFlux DFMONITOR / 1EA; 8) SAS-DFMONITOR-1M DataFlux DFMONITOR Maintenance / 1EA; 9) SAS-DVERIFYCON-1 / DataFlux VERIFY CONNECTOR / 1EA; 10) SAS-DVERIFYCON-1M / DataFlux VERIFY CONNECTOR Maintenance / 1EA; 11) SAS-DVERIFYCON-2 / DataFlux Verify Connector – Addl / 1EA; 12) SAS-DVERIFYCON-2M / DataFlux VERIFY CONNECTOR – Addl Maintenance / 1EA; 13) SAS-DFCUSTOMIZE-1 / DataFlux CUSTOMIZE / 1EA; 14) SAS-DFCUSTOMIZE-1M / DataFlux CUSTOMIZE Maintenance / 1EA; 15) 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); 16) SAS-DFENTERSERVERCLASS G2-1M / DataFlux ENTERPRISE INTEGRATION SERVER Class G2-Maintenance / 2EA; 17) SAS-DFENTERSERVERCLASS G1-1 / DataFlux ENTERPRISE INTEGRATION SERVER Class G1 / 1EA / (* 1 License for 4 CPU Development Servers); 18) SAS-DFENTERSERVERCLASS G1-1M / DataFlux ENTERPRISE INTEGRATION SERVER Class G1 Maintenance / 1EA; 19) SAS-MULTI / DataFlux World Address Verification Annual Subscription / 1EA; 20) SAS-MULTI / DataFlux Rooftop Geocoding Annual Subscription / 1EA. NOTE: The Government intends to buy only the software and maintenance. Maintenance includes patches for bug fixes, various enhancements, updates of reference data, technical support for trouble shooting and help in resolving issues. The cost of installation should be included in the maintenance cost. We do not anticipate purchasing training or hardware components for the software. (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 Firms Master List Services (FMLS) application to support the core system functionality. The tool will be used during the post production phase. The FMLS 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 firms 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 data 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 policies such as Food 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 “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. The tool must be able to match millions of records in batch mode. For real-time service calls, the tool must be able to handle 100 concurrent service calls which may increase in the future. PLEASE PROVIDE ANY APPLICABLE METRICS ON THE PERFORMANCE. 3) Provide a cohesive suite of tool components that can communicate directly with one another to improve the data quality. DESCRIBE EACH COMPONENT, THE PURPOSE, AND IF IT IS A STAND-ALONE COMPONENT OR IF IT CAN BE INTERATED WITH ANOTHER COMPONENT. 4) Describe the general installation, configuration, and maintenance processes for the suite of tool components for an environment with a UNIX operating system (i.e. Sun Solaris). 5) Proposal should provide sample screenshots of the user interface to demonstrate functionality and help confirm and evaluate that the interface is going to be easy to understand. 6) Offeror’s should prepare the technical / cost proposal with the assumption of the Data Quality tool being used on 8 CPU production server, 8 CPU test server, and 4CPU development server.. Provide cost for yearly software maintenance support. DATA QUALITY REQUIREMENTS: 1) Read data from various input formats and sources (e.g.. Oracle, MS Access), flat files, etc. in batch or real-time processing. 2) Provide ability to profile/analyze the data and produce reports and charts of the data. Some examples of the reports and charts include frequency distribution, pattern distribution, min/max values, etc… 3) Ability to parse and standardize data. 4) Ability to validate US and foreign addresses at the rooftop, street or locality level. 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, specify how often the data is updated for each country. Countries of interest include, but are not limited to, those identified at http://www.fda.gov/ora/fiars/ora_import_country.html. Updates should be provided as frequently as possible, in order to allow validation of new firms, preferably monthly or quarterly. 5) Address validation output should be able to provide specifics on what information was validated. 6) Include a Provide simple out-of-the-box match capability for use to quickly develop match procedures. Describe the steps for setting up a match procedure and provide screenshots demonstrating the functionality if needed. 7) In addition to adjustment of the match parameters and weights/levels, the tool should provide a graphical user interface (GUI) allowing the FDA to develop and modify more complex match strategies, including the use and manipulation of individual address components, combinations of fields, etc. (8) Provide “roof top” Geo-coding (Lat. + Long) capability for US and Canada. The vendor should describe the current available countries and the approach (or methodology) you use to keep the data up to date as data from new countries becomes available. (9) Monitor data changes in batch or real-time based on customized business rules and provide alerts. 10) Provide domain agnostic capability to cleanse domains outside of names & addresses. 11) Build custom standardization dictionaries from existing data sets or reference tables. 12) Provide capability to easily convert a batch procedure into a real-time service. All potential vendors must describe the step-by step process of converting a batch procedure into a real time service. The real-time service must be able to be invoked by a Java application. 13) Provide capability to deploy and test real-time services. 14) Capable of being deployed 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 offer the best value to the Government, technical factors, price, and past performance considered. To determine technical merit, each quotation will be evaluated against the technical evaluation factors. The following factors shall be used to evaluate offers and are listed in descending order of importance. 1) Technical Understanding and Approach. The proposed technology will be evaluated on its ability to be successfully implemented into FDA’s standard environment and the use of the technology. Contractors shall furnish as part of their quotation all descriptive material necessary for the government to determine whether their service meets the technical requirements. The technical proposals will be graded subjectively with final scores of, “Minimally Acceptable”, “Acceptable”, or “Exceptional”. A score of “Minimally Acceptable” would mean that the proposed technology minimally met the requirements and demonstrated to be difficult to implement. A score of “Acceptable” would mean that the proposed technology fully met the requirements and demonstrated its ability to be implemented. A score of “Exceptional” would mean that the proposed technology exceeded the requirements and would be easy to implement. 2) Price. Price is of less importance than technical capabilities and past performance combined. Award will not be automatically made on the basis of the highest technical merit. However price may become an important factor as the degree of equality between technical proposals becomes closer. 3) Past performance -Offeror should provide three references of similar efforts performed during the last three years. This will 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. The government is seeking to determine whether an offeror has consistently demonstrated a strong commitment to customer satisfaction and high performance of services. This is a matter of judgment. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s past performance record. Rating of positive, neutral, and poor will be given. A positive past performance will take precedence over neutral or poor past performance. Neutral past performance takes precedence over poor past performance. A contractor with no past performance will be given a score of neutral, which will neither be used to the advantage nor disadvantage of the offeror. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s record of past performance. The Government intends to issue one firm fixed award for this requirement. The Government reserves the right to make award without discussions. (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. The technical standards applicable to this requirement are: 1194.21 Software Applications and Operating Systems (a,b,c,d,e,f,g,h,i,j,l ), 1194.22 Web-based Intranet and Internet Information and Applications, 1194.31 Functional Performance Criteria (a,b,c,d,e,f) and 1194.41 Information, Documentation, and Support (a,b,c). The 508 technical standards are available at http://www.section508.gov/. All questions must be submitted in writing to Jody.O’Kash@fda.hhs.gov no later than Friday, June 27, 2008 at 5pm EST. Answers to all questions will be posted as an amendment to the solicitation. Price Proposals, Technical proposals, and VPAT may be submitted electronically at Jody.O'Kash@fda.hhs.gov no later than Wednesday, July 2, 2008 at 5pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6155986d5f5361dab4894e2c676fb5aa&tab=core&_cview=1)
 
Place of Performance
Address: 5600 Fishers Lane, PKLN RM9B45 HFC-32, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01600201-W 20080626/080624220740-6155986d5f5361dab4894e2c676fb5aa (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.