Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

D -- ADP SOFTWARE

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
12-006266
 
Point of Contact
Lynda Johnson, Phone: 301-594-3111
 
E-Mail Address
lynda_johnson@nih.gov
(lynda_johnson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Please email all quotes to ljohnson@cc.nih.gov   Background The mission of the National Institutes of Health (NIH) is to uncover new knowledge that will lead to better health for everyone. The NIH accomplishes that mission by conducting research in its own laboratories; supporting the research of non-Federal scientists in universities, medical schools, hospitals, and research institutions throughout the country and abroad; helping in the training of research investigators; and fostering communication of biomedical information. The NIH Clinical Center (CC) is a 234-bed federally funded, biomedical research hospital located on the NIH campus in Bethesda, Maryland. The Clinical Center is the delivery setting for all NIH intramural clinical research protocols. The hospital complex consists of two main facilities that are connected to each other by "bridges". The original 14-story building is 2.5 million square feet and continues to house the clinical laboratories, imaging sciences, surgical suites, and several outpatient clinics. The new 870,000 square foot facility houses inpatient units and day hospitals. The Clinical Center accounts for about half of all NIH-funded clinical research beds in the United States and accommodates about 7,000 inpatient and 70,000 outpatient visits a year. Patients are admitted to the NIH Clinical Center from all over the world for the sole purpose of participating in a clinical research protocol. The Department of Clinical Research Informatics (DCRI) is responsible for the operation and management IT infrastructure that supports patient care and research. The infrastructure includes networking equipment, servers, Storage Area Networks (SANS), Virtual Tape Library, desktops, laptops, workstations on wheels (WOW), Sunray terminals, Commercial off the Shelf (COTS) applications, custom applications, and other supporting technology systems. The COTS applications both Clinical and administrative as well as custom applications are hosted on a variety of Windows and UNIX based server technologies located in the Clinical Center Data Center (CCDC). The CC must meet the federally mandated HSPD-12 requirement to have smartcard (PIV) access enabled for desktop access to applications that contain Personally Identifiable Information (PII). The CC utilizes a shared workstation environment and Citrix to deliver the core clinical application CRIS. The shared desktop creates a unique environment for access since our users can be CC staff and also institute staff. In 2010 the CC purchased Microsoft ExpreSSO licenses and contactless Way2Care PIV readers to meet this requirement. Because of the uniqueness of the NIH Active Directory configuration the ExpreSSO product was unable to meet our needs. Microsoft has agreed to exchange our current licenses for their Vergence product which has more flexible Active Directory requirements.   Purpose The NIH Clinical Center is requesting services for a certified Microsoft HSG Vergence Engineer to provide Proof of Concept and implement a fully functional pilot of the Microsoft Sentillion Vergence Simplified Sign on Solution for Allscripts Sunrise Acute Care. Scope Task #1 Proof of Concept The vendor shall set up a proof of concept that demonstrates Microsoft Sentillion Vergence in conjunction with Way2Care PIV readers for login with smartcard. The Proof of Concept shall represent the full capabilities of the system, and must successfully demonstrate the ability to login multiple NIH users (all NIH users' not just Clinical Center users) via a government issued PIV smartcard into the same shared desktop, as well as a private desktop, and successfully pass through authenticated users to the CRIS application. The login time wait must be within 8 to 11 seconds. Task #2 Live Pilot (upon successful completion of Task #1) Vendor shall meet all the requirements set forth in Task #1 in a Live Pilot including but not limited to the following: Provide HSG Services to integrate the Vergence application for the following CC application: • CRIS (Allscripts Sunrise Acute Care v5.5) CCOW • The Solution must support NIH AD Synchronization • NIH shall provide the following workstation configurations for live pilot: • Workstation: o Public Workstation (Standard Clinical Desktop) o Work Station on Wheels o Private Workstation o CRIS deployed via Citrix o Sunrays • Microsoft Vergence Simplified-Sign-On Administrator shall provide knowledge transfer to National Institutes of Health IT as provided in the standard Vergence Simplified-Sign-On Installation & Training on-site visit   Task #3 License Transfer Upon successful acceptance of Task #1 Microsoft shall exchange at no cost the CC existing ExpreSSO Vault licenses and support to the Vergence License and support. The licenses were purchased on the PO listed below: PO HHSN27100728P CLIN #3 Qty 2 and CLIN #4 Qty 1 Task #4 Technical Support & Maintenance The vendor shall provide one (1) year of 24x7 telephone based technical support as well as software maintenance that includes. • The contractor shall provide (24x7) telephone technical support for the Supported product, "Supported Products" shall mean the then current Major Version of the listed software programs running the specified operating system software and, for a period of 12 months after introduction of a new Major Version of such program, the immediately preceding Major Version of the software program. • The contractor shall provide access to its electronic support such as a web-based Technical Library, electronic case management, electronic software distribution, for all authorized support contacts. • The contractor shall provide the following updates and improvements to the Supported Programs, as they are made generally available to contractor's customers on support plans that include these services • The contractor shall provide bug fixes or workaround solutions to correct, to the extent reasonably possible, any defects in the Supported Programs, which cause the Supported Programs not to operate in accordance with the Supported Programs published end user documentation. Contractor reserves the right to make corrections or fixes only to the current or immediately preceding version of the Supported Programs at Contractor's sole discretion. Application Security Requirements The system shall be able to capture auditable events to meet FISMA requirements and NIH policies. The system need to be able to capture the following auditable events • Log-on/off with Active Directory credentials Log-on/off with PIV Smartcard • Authentication Methods • Failed login Attempts The below information is provided for reference. Content of Audit Records (AU-3) a. The system, subsystem, and application audit logs shall record system activity by both processes and user activities. b. The information system, subsystem, or application shall capture sufficient information in audit records to establish what events occurred, when the events occurred, where the events occurred (the sources of the events), the identity of the user/subject associated with the event, and the outcomes of the events. For most audit records, content includes: • Event ID • Date and time of the event • Event source (i.e., component of the system where the event occurred) • Event description (type of event) • Event target • User identity • Outcome (success or failure) of the event Control #(1) - M&H: The information system can include additional, more detailed information in the audit records for audit events identified by type, location, or subject. Control #(2) - H: The NIH or ICs centrally manage the content of audit records generated by <core components to the network and/or information system>. Audit Reduction and Report Generation (AU-7) This control is not required for Low impact level systems. M&H: NIH information systems provide an audit reduction and report generation capability. Control #(1) - M&H: NIH information systems can automatically process audit records for events of interest based upon selectable event criteria. Deliverables The vendor shall provide a project plan that includes the following: • Project Initiation • Installation • Installation Training • Installation Documentation • Integrated Testing • Operational Readiness • Go-Live Support • Knowledge Transfer   Government Responsibilities The Clinical Center's involvement in all aspects of the implementation services described in this SOW; • Provide accurate and complete information, as needed; • Provide access to Public and Private GFE (SCD, WOW and Sunrays) • Provide remote access to the Microsoft Vergence Simplified-Sign-On environment to the Microsoft team; • Provide access to the required Applications; • Installation & Training Post Visit Tasks and Go-Live pre-requisites and complete all tasks prior to the Go-Live Visit and in a timeframe to allow the project to be completed within the eight week target timeframe. • Timely response with requests, decisions, and management approvals • Provide instructions, authorizations, approvals or other information provided to it by the CC Project Manager, and, or personnel duly designated the tasks outlined in the scope of this SOW. • Responsibilities for system administration (including but not limited to): o Client software installation o Server hardware installation o Server software installation o Microsoft SQL Server installation o User Provisioning into AD and Microsoft Vergence Simplified-Sign-On o User Maintenance o End user communications o End user support o Tier 1 support ready and available 1 month prior to go-live o Help Desk Training Mandatory Requirements Microsoft HSG is the only team that is fully trained and has completed all aspects of Vergence implementations. This experience includes a minimum of 3 months of classroom and engagement shadowing followed by at least 2 implementation engagements monitored by Microsoft HSG. It is a requirement for Vergence support that the solution be implemented by a team certified / authorized to complete the necessary work to bring Vergence live. Period of Performance Base Period of performance (1 Year from the date of award) Option 1 Maintenance Option 2 Maintenance Option 3 Maintenance Option 4 Maintenance Place of Performance NIH Clinical Data Center 10 Center Drive Bldg. 10/Room 1c290 Bethesda, MD 20892 Section 508 Section 508 applies to this requirement. All Electronic and Information Technology (EIT) procured through this procurement must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://accessboard.gov/sec508/508standards.htm Part 1194. Contractors are now responsible for indicating on each line item in the procurement whether products or services are compliant or noncompliant with the accessibility standards at 36 CFR Government Furnished Equipment (GFE) The government will provide access to the engineer to the pilot area and the licenses and hardware necessary to implement the products. Inspection and Acceptance Criteria The items listed in the scope of this document must be received and in full working order to be accepted as final by the Clinical Center. EVALUATION CRITERIA These criteria will be used in the evaluation to assess and document the basis to which a proposal meets, fails to meet, or usefully exceeds the requirements contained in the work statement. The following factors will be considered when evaluating proposals. MANDATORY REQUIREMENTS Offer must be Microsoft HSG CERTIFIED is the only team that is fully trained and has completed all aspects of Vergence implementations. This experience includes a minimum of 3 months of classroom and engagement shadowing followed by at least 2 implementation engagements monitored by Microsoft HSG. It is a requirement for Vergence support that the solution be implemented by a team certified / authorized to complete the necessary work to bring Vergence live. A. TECHNICAL AREA (50%) 1. Understanding and Compliance with requirements (25%) The proposal should address each work area in sufficient detail to demonstrate a clear understanding of the requirements provided in the statement of work, including support and maintenance problems presented therein. The offerer should provide evidence of sufficient planning to show that work will be accomplished as required and on schedule, utilizing all available resources. a. Demonstrate a firm understanding of the requirements and goals set forth in the scope of work? b. Does the proposal address each requirement and goal set forth in the scope of work? c. Does the proposal provide technical solutions to indicate requirements and goals will be met on schedule? 2. Soundness of approach (25%) The proposal must clearly indicate that the offerer has the experience to perform the requirements SOW as defined in the statement of work. a. Does the proposal include a complete plan to accomplish each requirement? b. Does the offerer's plan demonstrate that appropriate personnel and will be positioned efficiently to carry out the requirements? B. MANAGEMENT AREA (40%) 1. Program Management Controls Furnish separate plans of operation in final draft format, as required in the SOW. Furnish an organizational chart showing lines of authority, responsibility, and personnel. Indicate what job classifications will be accomplishing the work items. Personnel management information such as hiring/firing authority, discipline, incentive plans, etc., should also be addressed. 2. Past Performance/Relevant Experience Provide data on the level of experience in specific contracts of this type. Provide information on performance in these contracts, particularly as it relates to the offerer's overall abilities. 3. Cost (10%) The prices offered in each proposal shall be totaled and compared. Points shall be awarded according to the following formula: Lowest price X # available points = cost points assigned Offerer's price The government reserves the right to deduct points if the proposed pricing method for "other expenses" is adjudged to be excessive. This deduction will not exceed a total of 10 points. It is noted that points are merely a guide for source selection and the mathematical outcome is not necessarily determinative of the awardee. Basis of Award Selection of an offerer for award will be based on an evaluation of proposals against the evaluation factors specified above. The factors in order of importance are Technical, and Management. Although technical factors are of paramount consideration in the award, Cost and Cost related factors are also important to the overall award decision. Award will be based on the best value to the Government, technical and price factors considered. Price will be evaluated on the likelihood of project success based on the level of resources delineated in the Offeror's business proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/12-006266/listing.html)
 
Record
SN02697865-W 20120317/120315235111-6fbc322881143dce4fdb0459e3084bf7 (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.