Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2011 FBO #3651
SOURCES SOUGHT

D -- MKS Integrity Solution Consulting Support

Notice Date
11/21/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
APP120475
 
Point of Contact
Javina L. Wilkinson, Phone: 410-786-7532, Joseph Pressley, Phone: 410-786-5141
 
E-Mail Address
javina.wilkinson@cms.hhs.gov, joseph.pressley@cms.hhs.gov
(javina.wilkinson@cms.hhs.gov, joseph.pressley@cms.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Background: 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) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the ability to provide advanced technical expertise in MKS Integrity Product Mentoring (RCL09) as listed on the General Services Administration (GSA) schedule. History: CMS purchased MKS Integrity Solution as the mid tier software configuration management tool to provide a consistent method for developing quality applications throughout the enterprise. MKS Integrity Solution has two parts: Source Integrity which provides full version control capabilities and Integrity Manager which automates, manages and enforces processes throughout the entire application development lifecycle. The purpose on this contract is to obtain MKS software consultation, training and support services for integration and implementation of CMS Mid-Tier Configuration Management. Description of Work: 1. Work with CMS to manage all aspects of the project through standard project management mechanisms such as status meetings, regular activity reports, escalation of issues, etc. 2. Provide training and mentoring services to build up CMS and their Consolidate IT Infrastructure Contract (CITIC) contractor's ability to support and administer the MKS Integrity Suite. 3. Provide process consulting to facilitate the development and implementation of workflows. Workflows may include migration of releases from development through production. 4. Document workflows and deliverables as required. Assist CMS in the creation of technical customizations such as scripts, triggers and reports to implement unique business/process rules. 5. Deliver on-site internal workshops to provide overview of MKS product functionality and best practices. 6. Provide training to end users of the MKS Integrity Suite as required. 7. Provide on-site mentoring, knowledge transfer and best practices relating to the MKS Integrity Suite. 8. Provide guidance on the implementation of configuration management practices in the EDC's. 9. Provide technical implementation services to install and configure the interface between Remedy and MKS Integrity Suite for the unique business needs of the CMS. 10. Incorporate MKS as needed as part of the multi platform release management process. List Contractor Requirements: Contractor shall submit capability statements as noted below by demonstrating their ability to perform the required services through past and current experiences. Contractors must respond to all of the following points, by indicating your experience and ability to provide: (1) Similar experience or the ability to provide the experience as noted in the Description of Work above. Appropriate documentation should include, but not limited to, details of implementation management practices; technical implementation guidance support; development and implementation of workflow processes, etc. (2) Knowledge and understanding of CMS' Enterprise Data Center (EDC) program (3) Experience or the ability to provide the following: a. MKS Integrity Solution Support b. Remedy Support Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Contract Specialist, Javina Wilkinson, at Javina.Wilkinson@cms.hhs.gov with a copy to the Contracting Officer, Joseph Pressley, at Joseph.Pressley@cms.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Teaming Arrangements: All teaming arrangements shall include the above-cited information for each entity on the proposed team. Teaming arrangements are encouraged. Responses must be submitted not later than December 12, 2011. 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 of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address. 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the Central Contractor Registration (CCR). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the CCR located at http://www.ccr.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. 10. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit. All capability statements should be submitted via e-mail to the point of contact listed noted above. Responses must be submitted no later than December 12, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/APP120475/listing.html)
 
Place of Performance
Address: 7500 Security Blvd, Baltimore, Maryland, 21244, United States
Zip Code: 21244
 
Record
SN02626822-W 20111123/111121234328-28ee98789fd9d253bd2cbabf393ff0e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.