Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

D -- Biosurveillance Information Source initiative (BISI) - Amendment 2

Notice Date
1/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-09-Q-00548
 
Archive Date
2/26/2010
 
Point of Contact
David J. Villalobos, Phone: 2024470464, Tamra MacCarrick, Phone: 2024475794
 
E-Mail Address
David.Villalobos@dhs.gov, Tamra.MacCarrick@dhs.gov
(David.Villalobos@dhs.gov, Tamra.MacCarrick@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Word version of revised RFQ. Attachment 3: Small buisness business participation Attachment 2: Past performance Questionare Amendment 000002 Standard form 30. Amendment A00002 HSHQDC-09-Q-00548 - Combined Synopsis/Solicitation for Biosurveillance Information Source Initiative (BISI) I. This is a combined synopsis/solicitation request for quote (RFQ) 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. The RFQ number is HSHQDC-09-Q-00548. The solicitation is issued on an unrestricted basis and is open to all qualified offerors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The North American Industrial Classification System (NAICS) code for this acquisition is 518210. II. Pricing Schedule/List of Contract Line Item Numbers CLIN Description Qty Unit Price 0001 4 month base period content aggregator service 4 Month * 0002 8 month option period content aggregator service 8 Month * 0101 12 month option period content aggregator service 12 Month * Total Price * III. Description of Requirements A. Place of Delivery Department of Homeland Security Office of Health Affairs National Biosurveillance Integration Center 245 Murray Lane Washington, DC 20528 B. Introduction and Overview Office of Health Affairs (OHA) is the Department of Homeland Security's (DHS) principal authority for all medical and public health matters. Within OHA the National Bio-Surveillance Integration Center's (NBIC) duty is to aggregate and integrate information from food, agricultural, public health, environmental monitoring, and the intelligence community within federal and state agencies and private sources to provide an early warning system for an outbreak or possible bioterrorism attack. The Government's objective is to receive content aggregator service that provides a collated RSS (Really Simple Syndication aka Rich Site Summary) data feed of health incident report information garnered from public sources reconciled to Department of Homeland Security, Office of Health Affairs requirements in order to test and evaluate the suitability and applicability of a content aggregator's compatibility with the NBIC. (Background) HSPD-9 dated 30 January 2004 and HSPD-10 dated 21 April 2004 directs DHS to establish a National Biosurveillance Integration System (NBIS) to provide early detection and situational awareness of biological events of potential national consequence by acquiring, integrating, analyzing, and disseminating existing human, animal, plant, and environmental biosurveillance system data into a common operating picture (COP) that represents a comprehensive depiction of the global biosurveillance security environment (GBSE). The NBIS, comprising of representatives from all member agencies, will integrate and analyze all-agency/source biosurveillance information to recognize unusual biological events and provide situational awareness to the NBIS community and decision-makers through the development of a biological COP (BCOP) and targeting reporting. The BCOP will augment the DHS National Operation Center's COP, which provides a consistent, integrated picture of biosurveillance situational awareness throughout the country. The NBIS will facilitate collaborative interagency analysis to ensure fully-integrated biosurveillance situational awareness and provide near-real time awareness to the Incident Management Group (IMG) and the DHS National Operations Center (NOC). Public Law 110-53 directs DHS to establish the National Biosurveillance Integration Center (NBIC) to facilitate improved information sharing and enhanced situational awareness to facilitate national decision-making to enable timely response. C. Requirements 1. In the midst of the 2009-H1N1 pandemic and in preparation for other biosurveillance events of potential national significance, DHS' Office of Health Affairs' Weapons of Mass Destruction and BioDefense Division, National Biosurveillance Integration Center (NBIC) has an urgent need to obtain verified biosurveillance data. The contractor shall provide an information discovery and search, analysis and reporting system able to provide NBIC the data needed in support of its mission. 2 Specific Tasks 2.1 The contractor shall provide NBIC biosurveillance information electronically and include at minimum: • An established operational system for communicating near real-time information of worldwide disease, chemical exposure, or radiological exposure events • Verified early indications and warnings of disease, chemical exposure, or radiological exposure threats to humans, animals, or plants • Verified analytical reporting of potential occurrences of human, animal, plant, food, pharmaceutical, air, and water events of national interest • Detailed sources and methods of verification and validation for information provided. • Each report will provide information categories: location, severity, disease, agent, affected host organism(s), fomite (to include food and pharmaceuticals), and biological vectors for filtering by NBIC analysts • Accurate and relevant information unavailable via a general web search (e.g. Google) • Provide potentially new information for the ongoing 2009 H1N1 pandemic • Meets SAS-70 compliance. • Allows NBIC to target and sort information and focus analyst efforts as desired. • 24/7 timeliness of data 2.1.1 Deliverables: • 3 user IDs for service provided: Due date: within 30 days of award • Biosurveillance Information : Due date: continuously • Data obtained by contractor's system: Due Date continuously 2.2 The contractor shall provide a service to allow the government to use data provided as well as directly copy and promulgate this data to the NBIS federal, state, local and tribal authorities. 2.3 The contractor shall provide a product via the RSS (version 2.0) feed through the World Wide Web. Access shall be password protected. 2.4 The contractor shall provide a product to allow simultaneous use of the system by three User IDs. 2.5 The government reserves the right and sole discretion to contact information sources. Therefore, the contractor shall provide a specific list for each report of its information sources to include, name, agency, phone number and email address. Furthermore, the contractor shall disclose any other pertinent information that may be requested by the Contracting Officer's Representative in order to contact the contractor's source of information. 3. Advertisements, Publicizing Awards, and News Releases. 3.1 Prior to the release, the Contracting Officer (CO) and the Contracting Officer's Technical Representative (COTR) shall approve press releases and public announcements about agency programs, projects, and contract. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the terms and conditions of this award in any form of public announcement, news release or commercial advertising without first obtaining explicit written consent to do so from the COTR and CO. 3.2 The Contractor also shall not refer to their awards in commercial advertising in such a manner as to state or imply that the products or services provided are endorsed or preferred by the Federal Government, or is considered by the Government to be superior to other products or services. 3.3 The contractor is strictly prohibited from announcing and or advertising the relationship with DHS, OHA, and NBIC in any forum without express written permission from the COTR. 4. The period of performance includes a one (1) four month base period and one (1) eight month option period followed by one (1) twelve month option period. IV. Contract Terms and Conditions A. The clause at 52.212-4, Contract Terms and Conditions, applies to this acquisition. B. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition including the additional FAR clauses referenced in the clause as follows: (a) 52.222-3, Convict Labor; (b) 52.222-19, Child Labor Cooperation with Authorities and Remedies; (c) 52.222-21, Prohibition of Segregated Facilities; (d) 52.222-26, Equal Opportunity; (e) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (f) 52.222-36, Affirmative Action for Workers with Disabilities; (g) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (h) 52.222-54 Employment Eligibility Verification (Jan 2009) (i) 52.227-19, Commercial computer software license (j) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (k) 52.247-34, FOB Destination. C. The clauses identified below also apply to this acquisition: 1. 52.217-8 Option to Extend Services (Nov 1999) (insert 15 days) 2. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (first insert - 15 days/second insert - 30 days) 3. 52.209-2 - Prohibition On Contracting With Inverted Domestic Corporations--Representation (Jul 2009) (a) Definition. "Inverted domestic corporation" means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). (b) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (c) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (End of provision) 4. 3052.209-72 Organizational Conflict of Interest. (JUN 2006) (a) Determination. The Government has determined that this effort may result in an actual or potential conflict of interest, or may provide one or more offerors with the potential to attain an unfair competitive advantage. The nature of the conflict of interest and the limitation on future contracting [Data used from this product/service may result in the future development of OHA NBIC requirements, as such the awardee would be excluded from competing for those requirements]. (b) If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include the appropriate provisions to avoid, neutralize, mitigate, or waive such conflict in the contract awarded. After discussion with the offeror, the Contracting Officer may determine that the actual conflict cannot be avoided, neutralized, mitigated or otherwise resolved to the satisfaction of the Government, and the offeror may be found ineligible for award. (c) Disclosure: The offeror hereby represents, to the best of its knowledge that: ___ (1) It is not aware of any facts which create any actual or potential organizational conflicts of interest relating to the award of this contract, or ___ (2) It has included information in its proposal, providing all current information bearing on the existence of any actual or potential organizational conflicts of interest, and has included a mitigation plan in accordance with paragraph (d) of this provision. (d) Mitigation. If an offeror with a potential or actual conflict of interest or unfair competitive advantage believes the conflict can be avoided, neutralized, or mitigated, the offeror shall submit a mitigation plan to the Government for review. Award of a contract where an actual or potential conflict of interest exists shall not occur before Government approval of the mitigation plan. If a mitigation plan is approved, the restrictions of this provision do not apply to the extent defined in the mitigation plan. (e) Other Relevant Information: In addition to the mitigation plan, the Contracting Officer may require further relevant information from the offeror. The Contracting Officer will use all information submitted by the offeror, and any other relevant information known to DHS, to determine whether an award to the offeror may take place, and whether the mitigation plan adequately neutralizes or mitigates the conflict. (f) Corporation Change. The successful offeror shall inform the Contracting Officer within thirty (30) calendar days of the effective date of any corporate mergers, acquisitions, and/or dive stures that may affect this provision. (g) Flow-down. The contractor shall insert the substance of this clause in each first tier subcontract that exceeds the simplified acquisition threshold. (End of provision) 5. 3052.209-73 Limitation of future contracting. (JUN 2006) (a) The Contracting Officer has determined that this acquisition may give rise to a potential organizational conflict of interest. Accordingly, the attention of prospective offerors is invited to FAR Subpart 9.5--Organizational Conflicts of Interest. (b) The nature of this conflict is [Data used from this product/service may result in the future development of OHA NBIC requirements, as such the awardee would be excluded from competing for those requirements]. (c) The restrictions upon future contracting are as follows: (1) If the Contractor, under the terms of this contract, or through the performance of tasks pursuant to this contract, is required to develop specifications or statements of work that are to be incorporated into a solicitation, the Contractor shall be ineligible to perform the work described in that solicitation as a prime or first-tier subcontractor under an ensuing DHS contract. This restriction shall remain in effect for a reasonable time, as agreed to by the Contracting Officer and the Contractor, sufficient to avoid unfair competitive advantage or potential bias (this time shall in no case be less than the duration of the initial production contract). DHS shall not unilaterally require the Contractor to prepare such specifications or statements of work under this contract. (2) To the extent that the work under this contract requires access to proprietary, business confidential, or financial data of other companies, and as long as these data remain proprietary or confidential, the Contractor shall protect these data from unauthorized use and disclosure and agrees not to use them to compete with those other companies. (End of clause) 6. 3052.242-71 DISSEMINATION OF CONTRACT INFORMATION (DEC 2003) (a) The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written consent of the Contracting Officer. An electronic or printed copy of any material proposed to be published or distributed shall be submitted to the Contracting Officer. (End of clause) 7. Special Requirements: This solicitation does not request and will not accept or receive any personally identifiable data from the contractor. There shall be no personally identifiable information (PII) contained in the data provided by the contractor. DHS defines PII as any information that permits the identity of an individual to be directly or indirectly inferred, including any information which is linked or linkable to that individual regardless of whether the individual is a U.S. citizen, lawful permanent resident, visitor to the U.S., or employee or contractor to the Department. V. Solicitation Instructions The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition as well as the addenda described below: A. Quotes shall consist of the following: 1. A cover letter that (a) identifies the solicitation number; (b) the time specified for receipt of offers; (c) the name, address, and telephone number of the offeror; (d) remit to address, if different than mailing address; (e) acknowledgement of solicitation and amendments (if applicable); (f) assertion of the offeror's acceptance of the terms and conditions contained in the solicitation; (g) offeror's Tax Identification Number and Dun & Bradstreet Number. 2. Pricing Volume: This is to be a separate document from the technical proposal. All pricing information should be contained in this volume. A completed pricing schedule identifying the proposed price for each of the CLINS listed in Section II (Pricing Schedule/List of Contract Line Item Numbers) of this document. Prices shall be proposed for each CLIN on a firm-fixed-price basis, FOB delivery. 2.1 Rough order of magnitude (ROM): a. CLIN 0001: 4 month base period content aggregator service: ROM = between $100,000 and $300,000. b. Overall ROM the contract to include CLIN 0001 is between $700,000 and $1,500,000. 3. Technical Volume: A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. All methods of validation and verification, and sources of data, must be disclosed as part of your technical proposal and product so the proposed methods may be properly evaluated by the government. Failure to do so will result be considered non compliance to this solicitation. The government expects Offerors to thoroughly define their process for verifying and validating information. The government expects Offerors to identify the number, subject matter expertise, and relevant training of personnel directly employed in providing the information products. Proposals, to include the 2 page narrative requested in paragraph V.A.4 shall be prepared with 12-point, Times New Roman font, single line spacing, 1 inch margins, and 8 ½ x 11 inch paper. Spreadsheets, Tables, figures, and graphs may use Arial, 1 0-point font, single-spaced. The Technical response shall not exceed fifteen (15) pages in length (excluding past performance narrative and sample report requested in V.A.3.1). All documents shall be provided electronically in Microsoft Office Word with page and line numbers. Note: the technical volume shall not contain any pricing information and shall be a distinct separate document from the pricing volume. Adobe PDF documents will not be accepted. 3.1. The contractor shall provide a sample report, separate from the technical report, to allow the government to evaluate the utility of this product. This sample report shall not count against the 15 page technical response limit. 4. Past Performance: A two page maximum narrative containing a minimum of three and maximum of five past performance references where similar services were provided within the past three years. Reference information should include contract number, dollar value, description of services provided, phone number and email address for the Contracting officer and Contracting Officer's representative. Attachment # 2 - past performance questionnaire shall be completed by each references provided in your quote. The past performance questionnaires must then be emailed to David Villalobos at david.villalobos@dhs.gov and faxed to (202) 447-5725 by Febuary 11, 2010 at 3:00 p.m. Eastern Daylight Time. 5. Small Business (SB) Participation Evaluation: (a) Subcontracting Plan (applicable to other then small businesses only) As a part of its proposal, all Offerors (other than small businesses) shall prepare and submit a proposed small business and small disadvantaged business subcontracting plan, as prescribed in FAR 52.219-9 and outlined in Attachment 3 of this RFQ. The goals stated in this Attachment are applicable to this procurement and should be utilized for developing a subcontracting plan in response to this Request for Quote. In addition to this Attachment, Offerors shall also provide a record of previous performance in carrying out the goals of subcontracting plans by filing the annual and semi-annual reports in the Electronic Subcontracting Reporting System (eSRS) at www.esrs.gov. If the Offeror has had no previous contracts requiring a subcontracting plan, please include a statement to that effect in the proposal. The subcontracting plan shall be submitted as an attachment that is separate and detachable from the other volumes. This attachment will be utilized in the evaluation of the subcontracting plan as stated in Attachment 3. (b) DHS Mentor-Protégé Program (HSAR 3052.219-72) (Dec 2003) Large businesses are encouraged to participate in the DHS Mentor-Protégé program for the purpose of providing developmental assistance to eligible small business protégé entities to enhance their capabilities and increase their participation in DHS contracts. For more information see http://www.dhs.gov/xopnbiz/smallbusiness/editorial_0716.shtm. This solicitation contains a source selection subfactor regarding participation in the DHS Mentor-Protégé Program (See attachment 3). In order to receive credit under the source selection subfactor, the Offeror shall provide a signed letter of mentor-protégé agreement approval from the DHS OSDBU. Agreements approved by other agencies are not acceptable. (c) Small Disadvantaged Business Participation Program- Targets (FAR 52.519-24) (OCT 2000) (i) This solicitation contains a source selection subfactor related to the participation of small disadvantaged business (SDB) concerns in the contract. Credit under that evaluation subfactor is not available to a SDB concern that qualifies for a price evaluation adjustment under the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, unless the SDB concern specifically waives the price evaluation adjustment. (ii) In order to receive credit under this subfactor, the Offeror must provide, with its offer, targets, expressed as percentages of potential contract value, for SDB participation in any of the North American Industry Classification System (NAICS) Industry Sub-sectors as determined by the Department of Commerce. The targets may provide for participation by a prime contractor, joint venture partner, teaming arrangement member, or subcontractor; however, the targets for subcontractors must be listed separately. The Offeror shall also address its proposed plans for compliance. 6. Representations and Certifications. Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, the offeror shall complete only paragraph (k) of this provision. If the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision and submit these completed paragraphs with its quote. B. Questions about the solicitation shall be submitted via email by 2/2/2010 at 10:00 a.m. EST to David J. Villalobos (202-447-0464) at david.villalobos@dhs.gov. C. Quotes shall be submitted via email by 02/11/2010 at 3:00 p.m. EST to David J. Villalobos (202-447-0464) at david.villalobos@dhs.gov & Tamra.MacCarrick@dhs.gov. Late submissions will not be considered. VI. Evaluation A. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition as described below: 52.212-2, Evaluation-Commercial Items (JAN 1999) (a) 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 order of importance: (i) Technical capability (ii) Past performance (iii) Small Business (SB) participation (ii) Price The technical evaluation factors: The evaluation criteria are stated in descending order of relative importance. When combined, technical capability and past performance are significantly more important than Price, which is non-rated. As the overall rating of technical criteria among quotations tends toward equality, price becomes more important in making the award determination. Award may be made to other than the lowest priced quotation if the Government determines that paying a price premium is warranted due to the evaluation of technical criteria. The Government may also award to other than the highest technically rated quotation, if the Government determines that paying a price premium is not warranted. While price is not a rated criterion, it is significant. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. B. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors' initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined to be necessary. C. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. VII. List of attachments A. Attachment one: FAR 52.212-3 incorporated in full text. B. Attachment two: Past Performance survey. C. Attachment three: Small business participation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-09-Q-00548/listing.html)
 
Record
SN02051882-W 20100130/100128234938-88b82324bfac8a7061e4a2fa3c20f591 (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.