Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

70 -- Broadcast (mass notification) System

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-SOL-11-1089857A
 
Archive Date
10/1/2011
 
Point of Contact
Jacqueline L Warren, Phone: 718-662-5463, Linda Alexander-Giles, Phone: 301-827-7048
 
E-Mail Address
jacqueline.warren@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov
(jacqueline.warren@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 12 & 13 of Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the FDA is requesting quotes and will not issue a written solicitation. The solicitation number is FDA-SOL-11-1089857. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, August 4, 2011. The associated North American Industry Classification System (NAICS) Code is 519130, and the Small Business Size Standard is 500 employees. Required product and services: The Food and Drug Administration is soliciting for a Broadcast (mass notification) System. The product and services must meet the following requirements: Statement of Work The purpose of the contract is to strengthen and expand capabilities and capacities for conducting rapid, reliable and high volume notification to stakeholders. The Contractor shall provide a fully integrated mass notification system that is UFC compliant with a broad spectrum of integrated solutions. The notification system must be flexible to allow for integration with other public health and public safety mass notification systems if necessary. The contractor shall provide a system that is modular in design to allow for scalability. The contractor shall provide system maintenance, monitoring and upgrades (as they are released). Part I: Work Requirements A. Notifications System Specifications: 1) The contractor shall supply a system capable of sending high volumes (thousands) of messages simultaneously to multiple media to include SMS test messaging, voice (fax) calls, pagers and email notification. 2) All messages shall be delivered in seconds using multiple paths to pagers, cell and landline phones, Blackberries, PDAs, email address, or faxes. 3) The system shall be capable of providing status information (confirmation) of sent messages. The status information shall include: date, time, content, recipients and message distribution by device type and carrier. 4) The system shall ensure accuracy of stakeholder contact information by integrating directories to include personnel or organizational directories to maintain an accurate database and allow for self updates at any time. 5) The system must provide flexible enrollment options with the ability for users to update their profiles. 6) Authorized senders must be able to create notifications by both the web and mobile devices. FDA uses the Blackberry device. 7) The system must allow the ability to schedule messages for a future date/time 8) The system must allow for multiple phone, email and SMS devices per contact. 9) The system must be capable of broadcasting multiple messages a day (upwards of 20 a day) 10) The system must uniquely identify emergency or priority messages or calls from non-emergency calls. 11) The system must be able to attach files to its messages. File types could range from Word documents to Adobe PDF to various image files. 12) The system shall maintain direct connectivity with major wireless carriers, be capable of high volume delivery to carriers/networks/devices, be adaptable to organizational structure and operating procedures, allow for two way communications for delivery confirmation and user response, allow for on-site or hosted models, have provisions for priority messaging and have functionality for pre-scripted rapid alerts to provide for speed, reliability and accuracy. 13) The system shall be capable of being deployed as a full externally hosted system with servers in a secure facility. 14) The system shall be capable of collecting demographic or geographic information on users. 15) The system shall allow for search functions to create specific groups for messaging. 16) The system shall provide the means where emergency officials can issue receive and share information feeds. B. Technical Specifications: 1) The contractor shall have enhanced delivery systems that demonstrate the ability to provide reliable, direct delivery into carrier SMS networks such as Sprint/Nextel, Verizon and AT&T. 2) The system must demonstrate the capability to provide server to server data security through the use of SSH tunnel using triple DES encryption. The system shall use 128-bit SSL encryption for within and between systems. The system shall include layers of security to the system with provisions to allow users, managers and administrators access to appropriate information based on levels of authorization. The system should reside in a SAS 70 Type II certified data center. The system must be redundant and utilize geo-dispersed facilities to deliver messages. C. Customer Support and Training: 1) The vendor will provide training to authorized users. There is estimated to be a total of 5-10 authorized users. In addition to any initial set up training, the preferred vendor will provide such training at no additional cost after any enhancements or version upgrades to the software solution. Part II: Delivery or Performance-Period Requirements: A. Period of Performance/Basis. 1) Base Year: September 30, 2011 to September 29, 2012 Plus 4 Option Years 2) Reporting Requirements and Deliverables. The Contractor shall provide a fully integrated mass notification product that meets the characteristics specified in the Statement of Work according to the delivery schedule agreed upon with DFSR and within 3 months of receiving the contract award. The vendor will provide training to authorized users. In addition to any initial set up training, the preferred vendor will provide such training at no additional cost after enhancements to the software solution. Part III: Source Selection Procedures/Criteria: A. Mandatory Requirements: The proposals will first be examined to determine if the mandatory requirements listed below have been addressed to warrant further evaluation. Proposals not meeting mandatory requirements will be excluded from further evaluation. The mandatory requirement items are as follows: 1) The offeror must demonstrate they have the understanding, technical knowledge and capability necessary to provide the system and services required in the statement of work. 2) The contractor shall supply a system capable of sending high volumes (thousands) of messages simultaneously to multiple media to include SMS test messaging, voice (fax) calls, pagers and email notification. 3) All messages shall be delivered in seconds using multiple paths to pagers, cell and landline phones, Blackberries, PDAs, email address, or faxes. 4) The system shall be capable of providing status information (confirmation) of sent messages. The status information shall include: date, time, content, recipients and message distribution by device type and carrier. 5) The system shall ensure accuracy of stakeholder contact information by integrating directories to include personnel or organizational directories to maintain an accurate database and allow for self updates at any time. 6) The system should provide flexible enrollment options with the ability for users to update their profiles. 7) Authorized senders must be able to create notifications by both the web and mobile devices. FDA uses the Blackberry device. 8) The system must allow the ability to schedule messages for a future date/time. 9) The system should allow for multiple phone, email and SMS devices per contact. 10) The system must uniquely identify emergency or priority messages or calls from non-emergency calls. 11) The system must be able to attach files to its messages. File types could range from Word documents to Adobe PDF to various image files. 12) The system shall maintain direct connectivity with major wireless carriers, be capable of high volume delivery to carriers/networks/devices, and be adaptable to organizational structure and operating procedures. 13) The system shall allow for two way communications for delivery confirmation and user response. 14) The system shall allow for on-site or hosted models. 15) The system shall have provisions for priority messaging and have functionality for pre-scripted rapid alerts to provide for speed, reliability and accuracy. 16) The system shall be capable of being deployed as a full externally hosted system with servers in a secure facility. 17) The system shall be capable of collecting demographic or geographic information on users. 18) The system shall allow for search functions to create specific groups for messaging. 19) The system shall provide the means where emergency officials can issue, receive and share information feeds. 20) The contractor shall have enhanced delivery systems that demonstrate the ability to provide reliable, direct delivery into carrier SMS networks such as Sprint/Nextel, Verizon and AT&T. 21) The system must demonstrate the capability to provide server to server data security through the use of SSH tunnel using triple DES encryption. 22) The system shall use 128-bit SSL encryption for within and between systems. The system shall include layers of security to the system with provisions to allow users, managers and administrators access to appropriate information based on levels of authorization. The system should reside in a SAS 70 Type II certified data center. 23) The system must be redundant and utilize geo-dispersed facilities to deliver messages. 24) The vendor will provide training to authorized users. In addition to any initial set up training, the preferred vendor will provide such training at no additional cost after enhancements to the software solution. B. Evaluation Criteria: Criterion 1: Experience and Past Performance 1) The offeror has experience in providing the type of system and services specified in the statement of work to federal, state and local governments. 2) The offeror is trained or can successfully prove pending training that will equip personnel with the ability to provide the type of system and services specified in the statement of work. 3) The offeror can provide a system that meets or exceeds the technical specifications stated above and in the statement of work. 4) The offeror shall provide information on recent GSA schedule contracts or comparative programs that are most similar to this effort in terms of type, scope and complexity. The offeror shall describe their current and past experience in providing the systems and services specified in the statement of work; identifying the degree of their involvement, and other information to describe their experience and performance in the subject areas. 5) The offeror must demonstrate a willingness to develop and hold a good working relationship with FDA/DFSR and other IT components (offices and individuals) of the FDA as necessary. Criterion 2: Plan 1) The offeror must demonstrate the ability to provide the system and services within the period of performance stated in the contract. 2) The offeror must provide a plan detailing how they will coordinate the work with DFSR to provide the system and services per the statement of work. Criterion 3: Key Personnel and Security 1) The offeror must demonstrate that they currently employ or have a plan to employ personnel capable of providing the system and services specified in the statement of work. If the offeror does not currently employ such personnel, they will provide a plan that includes a timeline for hiring and the experience that will be required to be selected for the position. 2) The offeror must describe the procedures and standards to ensure no conflict of interest for their employees, and protection of confidential information obtained in the course of this work. Part IV: Security This Statement of Work (SOW) requires the contractor to (1) develop, (2) have the ability to access, or (3) host and/or maintain a Federal information system(s). Pursuant to Federal and HHS Information Security Program Policies, the contractor and any subcontractor performing under this task order shall comply with the following requirements: 1) Contractor-Employee Non-Disclosure Agreements Each contractor/subcontractor employee who may have access to non-public Department information under this task order shall complete the Commitment to Protect Non-Public Information - Contractor Agreement (http://nitaac.nih.gov/downloads/ciosp2/Contractor_Employee_Non-Disclosure.doc). A copy of each signed and witnessed Non-Disclosure agreement shall be submitted to the Project Officer prior to performing any work under the contract. 2) Confidential Treatment of Sensitive Information The Contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the task order. The Government has determined that the information/data that the Contractor will be provided during the performance of the task order is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the Contractor can only be made after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. EVALUATION METHOD Quotes will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis. If submitting an "equal to" technical quotation, please provide documentation to demonstrate that the services being offered meets the salient characteristics in the Statement of Work (SOW) Parts I, II, III and IV. Product and services must meet the salient characteristics in order to be considered technically acceptable. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Certificate of Maintainability: At such time as the services of the Contractor are terminated, expire contractually or are otherwise not extended, or upon request by the Contracting Officer at any time, the Contractor shall issue, within five (5) working days, a "Certificate of Maintainability" for any or all equipment acquired and/or maintained under this contract. The certificate shall state that preventive maintenance in accordance with the specifications of the Original Equipment Manufacturer (OEM) has been performed and that the equipment is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any one-time charges (including but not limited to repair or inspection charges) if such maintenance were assumed effective the day after the Contractor's performance ceases. The Contractor is responsible for bearing all costs associated with obtaining such certification at no separate charge to the Government. Should the Contractor fail to issue the required Certificate of Maintainability in accordance with this clause, or should any equipment fail to perform in accordance with the certification, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required OEM maintenance level. If equipment is acquired under this contract, without maintenance of such equipment being concurrently acquired under the contract, the Contractor shall issue a Certificate of Maintainability for such equipment at the time of delivery for each piece of equipment. The certificate shall state that the equipment is in such condition that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of the equipment without billing any charges to the Government. All charges required to obtain the requisite performance of the equipment, up to the later of the time the equipment is accepted by the Government or the warranty expires, shall be borne by the Contractor. The time the equipment is accepted by the Government is the date that the Government determines that the equipment has passed acceptance testing, not the effective date of acceptance. The fact that the equipment may have been acquired with a warranty does not relieve the Contractor of its obligations under this clause. The Contractor should be familiar with Section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508-accessible using the available COTS tools. List of 508 standards applies: 1194.21 Software Applications and Operating Systems 1194.22 Web-based Internet Information and Applications 1194.25 Self-Contained, Closed Products 1194.31 Functional Performance Criteria 1194.41 Information, Documentation, and Support Contract Type: Commercial Item - Firm fixed price. The clause at FAR 52.204-7, Central Contractor Registration, applies to this solicitation. Note: In order to receive an award from the Food and Drug Administration contractors must have a valid registration in the Central Contractor Registration (CCR). CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. Past performance will be evaluated based on information provided by the offeror as to actual performance to industry or government agencies. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, applies to this acquisition. An Offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-50, 52.222-54, 52.223-15, 52.223-16, 52.225-1, 52.225-3, 52.225-5, 52.225-13, 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The clause at FAR 52-217-8, Option to Extend Services, applies to this acquisition. The clause at FAR 52-217-9, Option to Extend the Term of the Contract, applies to this acquisition. The following HHSAR provisions and/or clauses apply: 352.270-6 (Publications and Publicity) the clause can be obtained at http://www.hhs.gov/oamp/polices/hssar.doc Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past three years and the last three contracts currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each contract or subcontract listed: 1) Name of Contracting Organization 2) Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type 4) Total Contract Value 5) Description of Requirement 6) Contracting Officer's Name and Telephone Number 7) Program Manager's Name and Telephone Number Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective action. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The offeror must include in their quotation, hourly rate, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Offers are due either in person, by fax, or as a PDF attachment via e-mail on or before September 16, 2011 by 12:00 noon (Eastern Standard Time-Local Prevailing Time in Jamaica, NY), at Food and Drug Administration, OC/OSS/OAGS, Attn: Jacqueline L. Warren, 158-15 Liberty Avenue, Jamaica, New York 11433-1034. For information regarding this solicitation, please contact Jacqueline L. Warren at (718) 662-5463, FAX (718) 662-5424, email: jacqueline.warren@fda.hhs.gov Point of Contact(s): Jacqueline L. Warren, Contract Specialist, Phone (718) 662-5463, Fax (718) 662-5424, Email jacqueline.warren@fda.hhs.gov Contracting Office Address: Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 158-15 Liberty Avenue, Jamaica, New York 11433-1034
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL-11-1089857A/listing.html)
 
Place of Performance
Address: 12420 Parklawn Drive, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02574573-W 20110915/110914000707-3de58142cfc9c83a5c548b9f0a544b3a (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.