Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

D -- RECOVERY- ARRAOS:10-223-SOL-00105 "Legacy Data Conversion Services”

Notice Date
4/15/2010
 
Notice Type
Presolicitation
 
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
10-223-SOL-00105_Legacy_Data_Conversion
 
Archive Date
4/30/2010
 
Point of Contact
Aaron A. Glazier, Phone: 8705437577, Jose Bumbray,
 
E-Mail Address
aaron.glazier@fda.hhs.gov, Jose.Bumbray@fda.hhs.gov
(aaron.glazier@fda.hhs.gov, Jose.Bumbray@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration (FDA) intends to solicit proposals under solicitation number RECOVERY- ARRAOS: 10-223-SOL-00105 for an initiative called “Legacy Data Conversion Services.” Certain legacy study data that currently resides at FDA in a myriad of different formats must be converted into an electronic uniform standard structure to facilitate answering important scientific and regulatory questions of interest to promote the public health. The requirement will provide services to convert legacy study data to a standard format identified by FDA {format to be identified on a case by case basis and may include Clinical Data Interchange Standards Consortium (CDISC; www.CDISC.org) Study Data Tabulation Model (SDTM), Standard for Exchange of Nonclinical Data (SEND), Analysis Dataset Model (ADaM), and the CDISC-HL7 (Health Level 7; www.HL7.org) standards}. The contractor shall work with FDA to harmonize variable names and terminology as needed to allow analysis across multiple studies. The requirement will also support the advancement of current standards and support the development of new standardized values for domain data by ensuring alignment to the appropriate standard development organization (SDO; e.g. CDISC, HL7). The requirement entails the Contractor be able to provide the project management, expertise, and labor leading to the successful conversion of the legacy data to its standardized format. The requirement has been set aside for small business and will be open competitively to all small business firms who wish to compete. It is anticipated that a hybrid IDIQ type contract containing both Firm Fixed Price CLINS, labor hour CLINS, and Time and Materials CLINS will be awarded to a single source. The IDIQ contract will contain a base ordering period of 5 years. Award of the IDIQ contract will be made to the responsible offeror whose proposal, as it conforms to the solicitation requirements, represents the best value to the Government in terms price, relevant experience, past performance and other non-price related factors. As part of the solicitation, offerors will be required to respond to a seed task that will become the first task order issued against the IDIQ contract. That first task order will be issued immediately after the execution of the IDIQ contract is complete. This first task order will be titled: RECOVERY-ARRAOS Task Order 0001. In addressing FAR Subpart 5.7—Publicizing Requirements Under the American Recovery and Reinvestment Act of 2009, the Government states that the IDIQ contract will only be funded “in part” by ARRA funds. Meaning, while some future task orders (including RECOVERY-ARRAOS Task Order 0001) issued against the IDIQ contract will utilize ARRA funds, most will not. It is anticipated that the first task order will have an 18 month performance and will be funded entirely and exclusively with ARRA Funds. The task order conforms to all ARRA requirements. The North American Industry Classification System (NAICS) code for this requirement is 541519, “Other Computer Related Services,” which carries a small business size standard of $25 Million. Firms will be required to demonstrate experience and understanding of the data conversion process/approach as it relates to a variety of data types. The vast majority of the work shall be performed at the Contractor’s facility, although the Contractor will frequently be required to attend requisite meetings in Silver Springs, MD. The solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents and amendments thereto will be posted on the FEDBIZOPPS at http://www.fedbizopps.gov/ The Solicitation will be available for review on the website on or around 17 May 2010; the closing date will be thirty days after posting. It shall be the contractor’s responsibility to regularly check the websites for any amendments or related postings to the solicitation. The Contractor is required to register with the Central Contractor Register (CCR) https://www.bpn.gov/ccr/default.aspx No contract award will be made to any contractor that is not already registered or in the process of registering. The CCR can be reached at (866)705-5711 or via its website. Inquiries regarding this posting should be directed to the Contracting Officer, Aaron Glazier, at (870) 543-7577.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/10-223-SOL-00105_Legacy_Data_Conversion /listing.html)
 
Place of Performance
Address: The primary place of performance will be at the contractor’s facility. However, the Contractor shall frequently be required to attend meetings at the FDA White Oak Campus located at 10903 New Hampshire Ave, Silver Spring, MD., Maryland, United States
 
Record
SN02122836-W 20100417/100415234934-4719610121366580e6580983a8ee14bd (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.