Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
MODIFICATION

D -- CFSAN - Signal Detection Software

Notice Date
7/31/2009
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming 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-09-1056133
 
Archive Date
8/25/2009
 
Point of Contact
Jody L. O'Kash, Phone: 301-827-5094
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov
(Jody.O'Kash@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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) The solicitation number is FDA-SOL-09-1056133 and is being issued as a "Brand Name or Equal To" Request for Quotation (RFQ). (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-35. (iv) The NAICS code is 541511 and the small business size standard is $25M. The Government intends to issue a fixed price purchase order for a base plus two option years and reserves the right to issue an award without discussions. (v) & (vi): GENERAL REQUIREMENTS: The U.S. Food and Drug Administration's (FDA) Center for Food and Applied Nutrition (CFSAN) is seeking Advanced Signal Detection Software that can detect potential food or cosmetic safety signals in CFSAN's Adverse Event Reporting System database (CAERs) and Technical Support for Operation and Maintenance of the Advance Signal Detection Software. Please see the attached Statement of Work for more detail on this requirement. (viii) The provision at FAR 52.212-1 titled, "Instructions to Offerors –Commercial" (JUN 2008), 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 FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. The following factors shall be used to evaluate quotes and are listed in descending order of importance: 1)Technical Understanding and Approach. The proposed content will be evaluated on its ability to meet all of the requirements listed in part V of the SOW. 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) Past Performance: Vendors should provide two references of similar efforts performed with other federal agencies 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 offer or 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. 3) Small Business Subcontracting Plan: (Applies to large businesses only in the event the total proposed cost inclusive of all options exceeds $550,000) Offerors will be required to demonstrate the extent of their small business participation through the submission of a small business subcontracting plan in accordance with the criteria set forth in FAR 19.704 “Subcontracting Plan Requirements” and 52.219-9 “Small Business Subcontracting Plans". The Offeror shall use the template in Attachment 3 to develop its small business subcontracting plan. 4) Price. The Government will evaluate proposed prices for a 12 month base period plus two option period. 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. FAR Provision 52.217-5, Evaluation of Options (JUL1990) applies to this procurement. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (FEB 2009). 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 (MAR 2009), applies to this acquisition. (xii) The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2009), applies to this acquisition as well as the following clauses cited therein: The technical standards applicable to this requirement are: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.217-5, Evaluation of Options (Jul 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (Jul 2005) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (Apr 2008) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). 52.225-5, Trade Agreements (Jun 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.227-14, Rights in Data -- General (Dec 2007) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). Section 508 Standards and Instruction Full conformance or levels of conformance with Section 508 standards are required. Section 508 of the Rehabilitation Act Amendments of 1998 (29 U.S.C. § 794 (d) was enacted in the Workforce Investment Act of 1998. Section 508 requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities. The Act required the Architectural and Transportation Barriers Compliance Board (Access Board) to create federal standards for electronic and information technology (EIT) products (goods and services) to make them more accessible by individuals with disabilities. The Contractor shall identify via a submission of a voluntary product accessibility template (VPAT) all EIT products and services proposed, identify the technical standards applicable to all products and services proposed and state the degree of compliance with the applicable standards. Additionally, the Contractor must clearly indicate where the information pertaining to Section 508 compliance can be found (e.g., Vendor’s or other exact web page location). The Contractor must ensure that the list is easily accessible by typical users beginning at time of award. The following applications standards have been identified as being applicable for this service: § 1194.21 Software applications and operating systems. § 1194.22 Web-based intranet and internet information and applications. § 1194.31 Functional performance criteria. § 1194.41 Information, documentation, and support The Contractor must ensure that all EIT products and services proposed that are less than fully compliant, are offered pursuant to extensive market research, which ensures that they are the most compliant products available to satisfy the contract’s requirements. If any such EIT product or service proposed is not fully compliant with all of the standards, the Contractor shall specify each specific standard that is not met; provide a detailed description as to how the EIT product or service does not comply with the identified standard(s); and shall also indicate the degree of compliance. (xvi & xvii) All questions must be submitted in writing to Jody.O’Kash@fda.hhs.gov no later than Thursday, July 30, 2009 at 5pm ET. Answers to all questions will be posted as an amendment to the solicitation. Quotes, Technical supporting documentation, Subcontracting Plan if Applicable, and VPAT may be submitted electronically at Jody.O'Kash@fda.hhs.gov no later than Wednesday, August 10, 2009 at 2pm ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1056133/listing.html)
 
Place of Performance
Address: (See attached SOW), United States
 
Record
SN01895034-W 20090802/090731235919-b029ed913b59757ed62598b5ae44c5f9 (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.