Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

D -- Support and Maintenance on Informatica PowerCenter Software

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
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-08-1046426
 
Archive Date
9/12/2008
 
Point of Contact
Jody L. O'Kash,, Phone: 301-827-5094, Rafael Taylor,, Phone: 301-827-7169
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov, Rafael.Taylor@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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This is solicitation number FDA-SOL-08-1046426 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. (iv) The NAICS code is 443120. This is a total small business set aside and the size standard is $8.0M. The Government is restricting competition to GSA schedule holders. The Government intends to issue a fixed price award for this requirement and reserves the right to issue an award without discussions. (v) The following is a list of PART NUMBERS, BRAND NAME DESCRIPTION OF SERVICES, QUANTITITES, UNITS OF MEASURE, and PERIODS OF PERFORMANCE: 1) PART NUMBER: 01-2201-02-0-34; Informatica Maintenance-Standard for PowerCenter / UNIX Unlimited Development & Test Lab; 1 EA; (08/01/08 - 07/31/09). 2) PART NUMBER: 01-2201-02-3-04; Informatica Maintenance-Standard for PowerCenter / UNIX Class 3 (12 CPUs); 1 EA; (08/01/08 - 07/31/09). (NOTE: FDA already owns the referenced licenses. We are requesting Support and maintenance only!) (vi) DESCRIPTION OF REQUIREMENTS: STATEMENT OF NEED: The Food and Drug Administration’s (FDA’s) mission is to enforce the Federal Food, Drug, and Cosmetic (FD&C) Act and other laws that are designed to protect consumers’ health and safety. Several Information Technology (IT) systems have been created to meet mission critical requirements as well as requirements imposed by executive orders. These systems assist FDA personnel in tracking and managing cases throughout the regulatory workflow. Furthermore, for better support of decision support processes, the Office of Regulatory Affairs (ORA) has developed the Online Reporting Analysis Decision Support System (ORADSS) data warehouse. ORADSS is a centralized data warehouse environment implemented to provide integrated decision support for regulatory compliance. This effort involved establishing a central repository of information that supports FDA in achieving its mission of protecting the public from unsafe food, drugs, cosmetics, electronic radiation emitting products, and medical devices, whether of domestic or foreign origin. Specifically, ORADSS has been designed to support the FDA user community in researching, analyzing, and reporting on domestic and foreign operations, product information through its standard and dynamic querying, ad hoc and standard report generation, and trend analysis capabilities. SPECIFIC REQUIREMENTS: The vendor shall provide: 1) INFORMATICA MAINTENANCE AND SUPPORT: ORADSS uses Informatica PowerCenter as our Extract, Transform, and Load (ETL) Tool. ORADSS needs to maintain its version of Informatica as new versions of the software are released. The following maintenance support is needed: a) Software patches and updates for Informatica PowerCenter. This includes the different tools (Workflow Manager, Admin Console, Repository Manager, Designer). b) Technical Support for Informatica PowerCenter software in the form of web support as well as phone support. 2) MAINTENANCE AND SUPPORT MUST WORK WITHIN THE FDA ENVIRONMENT AND SHALL: a) Leverage the existing ORA’s Informatica Infrastructure; b) Support ORACLE relational databases configured in RAC mode on Sun Solaris operating systems; c) Comply with 508 standards; d) Allow upgrade of our current Informatica Repository. 3) INFORMATICA AND SUPPORT MUST MEET THE FOLLOWING SUCCESS CRITERIA: a) Ability to provide Informatica PowerCenter software updates and patches in a timely manner. b) Ability to provide online and phone support with technical support. 4) THE VENDOR SHALL PROVIDE THE FOLLOWING SUPPORT: a) The vendor will be responsible for providing this capability /tool and to provide detailed documentation for future governmental personnel maintenance. b) Upon implementation, the vendor will be responsible for providing user guides as needed to the ORADSS users/administrators. In addition, the vendor shall provide support for future upgrades to the ORADSS Informatica environment during the term of the support period. (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. The following factors shall be used to evaluate offers and are listed in descending order of importance. 1) To determine technical merit, the proposed product will be evaluated on its ability to meet all of the requirements listed in part (vi) of this solicitation. The quotes will be graded subjectively with final scores of, “Acceptable”, or “Unacceptable”. A score of “Acceptable” would mean that the proposed maintenance and support fully met the requirements. An “Unacceptable” score means that the offer will not be considered for award. 2) Price. FDA will award a delivery order to a responsible vendor whose quote is the lowest price meeting or exceeding the required technical factors. (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 and 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: 52.222-3, 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; 52.225-1 Buy American Act---Supplies (JUN 2003), 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006), 52.232-1 Payments (APR 1984); 52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (OCT 2003)(38 USC 4212); 52.239-1 Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). 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 listed by product and are as follows: 1) PRODUCT NAME: Power Center workflow Manager: 1194.21 Software Applications and Operating Systems subsections: b,e,f,g,h,j,k; 1194.31 Functional Performance Criteria: subsections b,c,d,e. 2) PRODUCT NAME: PoweCenter Admin Console: 1194.22 Web-based Intranet and Internet Information and Applications: subsections: j and K; 1194.34 Functional Performance Criteria: subsections c,d,e. 3) PRODUCT NAME: Power Center Designer: 1194.21 Software Applications and Operating Systems Information: subsections: b,e,f,g,h,j,k,; 1194.31 Functional Performance Criteria: subsections b,c,d,e. 4) PRODUCT NAME: PowerCenter Repositiory Manager: 1194.21 Software Applications and Operating Systems subsections: b,e,f,g,h,j,k; 1194.31 Functional Performance Criteria: subsections c,d,e. 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 Monday, August 25th, 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 Thursday, August 28, 2008 at 5pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49d8984727075ecf413a3143d96cc670&tab=core&_cview=1)
 
Place of Performance
Address: 6th Ave & Kipling Street, Denver, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN01652848-W 20080829/080827221555-49d8984727075ecf413a3143d96cc670 (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.