Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
MODIFICATION

D -- INTERNET MONITORING AND ANALYSIS SUPPORT SERVICES - Revised SOW - Responses to Vendor Questions

Notice Date
6/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related 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-10-1068201-02
 
Archive Date
7/16/2010
 
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
Total Small Business
 
Description
Responses to Vendor Questions Revised SOW AMENDMENT - REVISED SOW AND FDA'S RESPONSES TO VENDOR QUESTIONS ARE ATTACHED. (i) This is a combined synopsis/solicitation for commercial services 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-10-1068201-02. (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-40. (iv) This requirement is being issued as a total small business set-aside. The NAICS code is 541519 and the small business size standard is $25M. The Government intends to issue a time and material / Labor Hour Contract for a base plus two option years. The Government reserves the right to issue an award without discussions. (v) & (vi): GENERAL REQUIREMENTS: The U.S. Food and Drug Administration's (FDA) Office of Criminal Investigations (OCI) is seeking qualified sources capable of Internet Monitoring and Analysis Support Services (IMSS). Please see the attached Statement of Work (SOW) and Other Terms and Conditions document for more details on this requirement (Attachment 1). (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. Offerors are required to submit their proposals in three separate volumes as follows: Volume 1 - Technical Shall include supporting documentation as attachments to the technical volume, such as resumes, project management plan, Conflict of Interest Plan, and certifications. This volume shall contain the Technical Approach and not be a reiteration of the SOW. This portion of the proposal shall exclude any reference to the pricing aspects of each offer. Offerors shall demonstrate in sufficient detail a technical approach that will meet the requirements specified in the SOW (attachment #1). The technical volume shall not exceed 25 pages and be submitted electronically in PDF format. The page limitation does not include Cover page, Table of Contents, Resumes, Certifications, Project Management plan, or Conflict of Interest Plan. Volume 2- Past Performance This volume shall describe the Offeror's success in performing comparable contracts/orders. The Past Performance Volume shall be no more than three pages, i.e., no more than one page narrative per contract/order and submitted electronically in PDF format. The Offeror shall submit directly to the Government: A list of three contracts/orders, similar in scope, duration, and price to the work described in the SOW. The Offeror shall adhere to the following guidelines in generating this list: o Contracts or orders must have been completed within three years of the quote due date. o The list may include contracts/orders on which the Offeror served as a subcontractor, provided that the subcontract was similar in scope, duration, and price to this effort. o The list should include both a contractual and technical point of contact (email addresses and phone numbers) for each of the contracts/orders. o If a subcontract is being used as a past performance reference, contact information for the prime contractor, not the customer, should be included. o The list should include the contract/order number, title (if appropriate), the period of performance, and the dollar value of the contract/order. o If the contract/order is not described in the Technical Volume, the Offeror shall include a one page narrative the contract/order, describing the nature of the work performed and emphasizing outcomes reached. The Offeror should also send the Past Performance Questionnaire attached to the RFP (Attachment 2) to the sources that it identifies in the Past Performance Volume. The questionnaires should be sent to the individual most knowledgeable about the Offeror's performance on the identified order or program (e.g. the Contracting Officer's Technical Representative; the Program/Project Manager; or the Contracting Officer). Each reference must complete the questionnaire and mail a hard copy to the Contract Specialist. The Offeror may opt to allow the return of completed questionnaires to the Government via electronic mail. This is solely at the discretion of the Offeror, with the understanding that e-mail systems, servers, Internet, intranets and extranets are not considered secure. The Offeror shall ensure that all the point of contacts complete and return the questionnaires to the Government prior to the RFP close date. Offerors are cautioned that the Government may use data provided by each Offeror as well as data obtained from possible other sources such as the Nation Institute of Health's (NIH) Contractor Performance System (CPS) or the Department of Defense's (DOD) Past Performance Information Retrieval System (PPIRs) in the evaluation of past performance. Government: Volume 3 - Pricing Proposal The completion and submission of the above items will constitute an offer (proposal) and will indicate the offeror's unconditional assent to the terms and conditions of this RFP and any attachments hereto. Alternate proposals are not authorized. Objections to any terms and conditions of the RFP will constitute deficiency, which may render the offer unacceptable. This volume shall include proposed labor categories, labor rates (fully-loaded), level-of-effort, and materials / Other Direct Costs / and Travel (if applicable) for a base plus 2 option periods. The pricing proposal shall be submitted on the attached Microsoft Excel Sheet (Attachment 3) with the cells unlocked. (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 proposals and are listed in descending order of importance: VOLUME 1 Technical Proposal FACTOR 1) Technical Understanding: The proposed content will be evaluated on the ability to demonstrate that the offeror understands the technical requirements and has a coherent, feasible and efficient approach to providing the services required. The proposal shall: a) demonstrate the ability to meet the requirements as stated in the SOW; b) specify the contractor's current infrastructure for internet monitoring and analysis support services to include any (if applicable) Commercial Off the Shelf (COTs), Government off the Shelf (GOTs), or contractor proprietary software; c) present an approach to monitoring FDA Regulated Products and tracking affiliated networks; d) presents an approach to reporting and notifying the FDA; e) delineate a detailed and well organized project plan and staffing plan that demonstrates all aspects of the services to be performed FACTOR 2) Relevant Experience This section of the technical proposal shall include a written narrative describing two to four projects that are similar to this effort in terms of scope, complexity, importance to the agency's mission, and size. The proposed projects that are included in the narrative should involve internet monitoring. Projects listed may include contracts with the Federal Government, agencies of state and local governments, and commercial customers. The narrative shall emphasize any situations in which the Offeror conducted internet monitoring, tracked affiliated networks, and monitored regulated products, such as pharmaceuticals, bilogics, vaccines, medical devices etc... 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 technical apprach minimally met the requirements and demonstrated to be difficult to implement. A score of "Acceptable" would mean that the proposed technical approach fully met the requirements and demonstrated its ability to be implemented. A score of "Exceptional" would mean that the proposed technical approach exceeded the requirements and would be easy to implement. VOLUME 2: PAST PERFORMANCE Past Performance: The FDA will evaluate past performance as a risk assessment; not as a weighted technical evaluation factor. The Government will assess the relative risks associated with each offer. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that bidder's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the bidder as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a past performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offer. VOLUME 3: PRICE Price The Government will evaluate proposed prices for a 12 month base period plus two 12 month option periods. Price is less important than technical and past performance. As proposals are rated more equal technically pricing will prevail. The FDA will evaluate the proposed labor rates and bottom-line price by making a price reasonableness determination. FDA will determine price reasonableness by utilizing one or several of the following price realism techniques: reviewing the proposed ceiling amount and labor rates against amounts and rates previously paid by the FDA for similar work, amounts previously charged by the contractor for similar work, standard market labor rates for similar labor categories, and determining whether the overall proposed level of effort / labor mix reflects the contractor's proposed technical approach and meets the requirements set forth in the Statement of Work. If applicable FDA reserves the right to review the contractor's labor rates on the General Service Administration (GSA) (if applicable) website and seek price information from other commercial and Government sources. Unrealistically low proposed prices (initially or subsequently) may be grounds for eliminating a proposal from competition either on the basis that the offeror either doesn't understand the requirement or has made an unrealistic quote. 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. ELECTRONIC AND TECHNOLOGY ACCESSIBILITY Section 508 Standards This contract qualifies for an exception to Section 508. As such, Section 508 standards requirements will not apply. (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 (APR 2010), applies to this acquisition (See clauses in attachment #1) (xvi & xvii) All questions must be submitted in writing to Jody.O'Kash@fda.hhs.gov no later than Wednesday June 9, 2010. Answers to all questions will be posted as an amendment to the solicitation prior to proposal due date. Proposals must be submitted electronically to Jody.O'Kash@fda.hhs.gov no later than Thursday, July 1, 2010 at 2pm ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-10-1068201-02/listing.html)
 
Place of Performance
Address: Contractor's Site, United States
 
Record
SN02187547-W 20100626/100624235358-fe06012d25019f71e452942ed805dae7 (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.