Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOURCES SOUGHT

D -- Consolidated Renal Operations in a Web-enabled Network (CROWN) - Systems Development & Maintenance

Notice Date
11/5/2008
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
 
ZIP Code
21244-1850
 
Solicitation Number
CMS-2009-APP90279-CROWN-SourcesSought
 
Response Due
11/20/2008 5:00:00 PM
 
Archive Date
12/5/2008
 
Point of Contact
Jaime Galvez,, Phone: 410-786-5701, Christina D Heller,, Phone: 410-786-1896
 
E-Mail Address
jaime.galvez@cms.hhs.gov, christina.heller@cms.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Consolidated Renal Operations in a Web-enabled Network (CROWN) Systems Development & Maintenance Introduction: This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) that can provide systems development and maintenance services to support the Consolidated Renal Operations in a Web-enabled Network (CROWN) application group. History: The Consolidated Renal Operations in a Web-enabled Network (CROWN) application group, supports the End Stage Renal Disease (ESRD) Network program, ESRD dialysis providers, and the Centers for Medicare & Medicaid Services (CMS) community. CROWN is an application group currently consisting of the Renal Management Information System (REMIS), the Standard Information Management System (SIMS), and the Vital Information System to Improve Outcomes in Nephrology (VISION) along with all associated databases and architecture. In February 2009 the first version of two new systems, (CROWNWeb) and the QualityNet Identity Provisioning System (QIPS), will be placed in production. These new systems will become part of the CROWN application group and SIMS and VISION will be retired. Prior to CROWN, each ESRD Network was responsible for developing solutions to meet the data entry and reporting requirements of their Statement of Work. Besides the obvious inefficiencies of redundant systems and costs, each ESRD Network had different competencies related to automated data processing (ADP) activities. Since the inception of CROWN, the functions of CROWN have encompassed support, standardization, and development of data, software, and standards for the ESRD Network community. With the release of CROWNWeb V1.0, CROWN will continue to evolve with innovative technology to meet the challenges of supporting and interfacing directly with the ESRD Network community and surrounding healthcare industry. The CROWN User Community refers to the ESRD Networks, ESRD dialysis facilities, CMS Central and Regional Offices, and other organizations/partners that may be incorporated in support of CMS initiatives. This application group services the daily, ongoing support that the CROWN User Community needs to fulfill their contractual requirements in a manner supportive of an ongoing quality improvement program, a legislatively mandated ESRD patient registry (See Public Law 95-292, Section (c)(1)(A); 42 CFR, Chapter IV, Part 476; and Public Law 92-603, Section 299I), and the 2008 ESRD Provider Conditions for Coverage. The current contractor that develops and maintains the CROWN application group is Computer Sciences Corporation (CSC). The estimated level-of-effort for this work is approximately 75,000 hours per year. Describe the work: The contractor shall provide a program management team that assists CMS in managing the CROWN development and maintenance efforts; identifies and reports to CMS any potential risk factors that may inhibit or impede the performance of any task; facilitate the development of new system releases; assists CMS with the management of each product; manages timelines; ensures the full development of business requirements and system requirements in the format and with the specific tools approved by CMS; assists in the preparation of white papers, presentations, position papers, etc. to enable CMS to make appropriate, efficient, effective decisions/options; develops and maintains program management plans. The vast majority of business requirements for the CROWN application group are collected and defined by another contractor; however, the contractor for this work shall participate in the review and refinement of these business requirements and then shall perform a system and resource impact analysis for each requirement. The work during this phase will culminate in the setting of scope for the next release. The business requirements defined during the Business Requirements Definition phase shall be translated by the contractor into specific application requirements through the inventory and catalogue of functional requirements – functional requirements must be traceable back to the business requirements. These definition phases shall follow standard SDLC processes, procedures, and documentation guidelines. The contract will include the following scope of services: 1. The contractor shall develop and maintain program management plans. A program management plan will at a minimum describe the components of a program and the interrelationship between applications, warehouses/database, reports, and websites. 2. The Contractor shall assist in the refinement of requirements such that they are made correct, complete, clear, consistent, testable, traceable, feasible, modular, and design-independent. 3. The contractor shall coordinate Joint application Development (JAD) meetings and manage all administrative tasks for these meetings. This includes facilitation, agendas, minutes, etc. 4. The contractor shall assist CMS with project management of all products through the System Development Life Cycle. The contractor should have experience managing the development and maintenance of multiple large multi million dollar complex programs and developing or facilitating the development of business requirements for applications, warehouses, web portals, and reports. Minimum Contractor Requirements: The minimum contractor requirement is CMMI Level II Certification (SCAMPI Report). Written proof will be required at time of contract award – estimated August 2009. Contractor Capability: In order to respond to this notice, contractors must be able to indicate experience and/or the ability to provide all of the numbered points below as they relate to scope of services. Give enough detail so your response clearly indicates that you can provide the following: 1. Experience with maintaining a complex computer system with at least one million lines of code; parties should describe their experience and indicate the number of lines of code maintained. If they have not had experience with one million lines of code, the contractor must address how they plan to make up for that gap. 2. Experience with writing requirements, designing, coding, testing, and implementing changes to a system amounting to approximately 50,000 direct hours annually; parties should describe their experience, the nature of the system, and the changes performed. If the contractor does not have experience close to 50,000 direct hours annually, how does the contractor plan to fill that gap. 3. Knowledge and experience with web based Java development. 4. Knowledge and experience with development in a 3-tier environment. 5. Knowledge and experience with oracle database management and systems development. 6. Knowledge and experience with SQL Server database management. 7. Knowledge and experience with the following COTS products: BEA Weblogic, DataMirror, COGNOS ReportNet, Sun Identity Management Suite, JAVA, JVM, J2EE, Novell/Netware. 8. An understanding of the following programs (with subcontractor support if necessary) and the interrelationship between applications, warehouses/database, reports, and websites components. a.Renal Management Information System (REMIS) 9. Experience (with positive references) working on a multi-contractor project. 10. Knowledge and experience with System Development Life Cycle. 11. Knowledge and experience with Federal Information Systems Security Standards. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to christina.heller@cms.hhs,gov and jamie.galvez@cms.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in order listed above. Capability statements shall also include the following information: a. DUNS Number b. Company Name c. Company Address d. Current GSA Schedules appropriate to this Sources Sought e. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp. g. Company Point of Contact, Phone and Email address h. Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses. Statements shall be limited to 5 pages and shall include any/all teaming arrangements. Responses must be submitted not later than close of business on November 20, 2008. Capability statements will not be returned and will not be accepted after the due date. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates CMS to award a contract. The sole intent is to obtain capabilities for set-aside and procurement planning purposes. Contact information: Jaime Galvez, Contracting Officer jaime.galvez@cms.hhs.gov Christina Heller, Contract Specialist christina.heller@cms.hhs,gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=48024208794e71d67276acdb78dbab47&tab=core&_cview=1)
 
Record
SN01700962-W 20081107/081105214940-48024208794e71d67276acdb78dbab47 (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.