Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
MODIFICATION

70 -- WebSDM/Empirica Study

Notice Date
6/28/2011
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming 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-11-1085807
 
Archive Date
8/13/2011
 
Point of Contact
Linda Giles, Phone: 301-827-7048, Linda Giles, Phone: 301-827-7048
 
E-Mail Address
linda.alexander-giles@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov
(linda.alexander-giles@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Food and Drug and Administration intend to award a purchase order using full and open competition to obtain services for the operation and maintenance of the WebSDM/Empirica Study software and to expand use of the WebSDM software throughout FDA. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number FDA-SOL-11-1085807 is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code is 541511. The small business size standard is 25M. This is a firm fixed price purchase order. The period of performance is a base of 12 months plus 4 one year option periods. The Contractor shall provide services for the operation and maintenance of the WebSDM software and to expand use of the WebSDm software through FDA in accordance with the Statement of Work Attachment A to this solicitation. Attachment B is the Small Business Subcontracting Plan. All contractor and subcontractor employees are required to sign the Contractor's Commitment to Protect Non-Public Information (NPI) Agreement (Form FDA 3398) which will be provide at time of award. FAR 52-217-8 Option to Extend Services (NOV 1999), FAR 52-217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.216-18 Ordering (OCT 1995) FAR 52.216-19 Order Limitations (October 1995) FAR 52.216-22 Indefinite Quantity (OCT 1995) 52.227-14, Rights in Data-General (Dec 2007), Alternate I (Dec 2007), Alternate II (Dec 2007), and Alternate III (Dec 2007), 52.217-7 Option for Increased Quantity- Separately Priced Line Item. (MAR 1989) are hereby incorporated by reference and apply to this acquisition. To determine its technical merit, each quotation will be evaluated against the technical evaluation factors. The evaluation factors are listed in descending order of importance. Technical and Past Performance when combined are significantly more important than cost or price. The Government intends to make one award. The following factors shall be used to evaluate offers: Factor 1. Product Functionality: The contractor shall demonstrate knowledge and proficiency with all the skills needed to maintain and operate FDA's existing systems: 1. Evaluation Criterion: The Government will evaluate the extent to which the Offeror's proposal demonstrates the level of knowledge and understanding of the technical requirements and the tasks to be performed. Understanding includes the ability of the offeror to: 2. a. Provides a technical plan that Demonstrates an understanding of the scope and objectives of the tasks as outlined in the SOW. Factor 2 Project Management and Operations: The offeror shall describe their organization structure and how they propose to manage this task. The offeror shall provide a rationale for their management approach. The offeror shall describe their methodology for managing the task, performance measures they will use to monitor performance, any management tools they will use, how they will ensure quality products are delivered, how they will mitigate risk and how they will communicate. The contractor shall provide a Project Management Plan in which it is demonstrated how the metrics in the Statement of Work will be monitored and corrective action taken as appropriate. The offeror shall demonstrate a.The ability to implement sound project management principles, methodologies, preparation, performance measures, management tools, quality control, risk mitigation, and communications. Demonstrates the ability to rapidly ramp up and support additional tasks of similar nature and manage sub-contractors appropriately, if proposed. b.Overall understanding of the project, adequacy and feasibility of plans to address all items in the Work Statement. This includes the detailed description of specific tasks to be performed, methods and resources to be used, and the discussion of problems likely to occur and plans for addressing them. Factor 3 - Key Personnel and Staffing: Offeror shall submit resumes of all key personnel and identify the project manager and Classroom Trainers. Resumes of staff and consultants reflect not only academic qualifications, but also length and variety of experience in similar tasks and clearly demonstrate relevant training and experience. Documentation is provided on the decision making of the project director as related to other elements of the organization. For the additional personnel, list names, titles, and proposed duties, if any, who will be required for full time employment or on a subcontract or consultant basis. If subcontractors are proposed, information is provided to support the qualifications of the subcontractors. The extent to which outside consultants or specialists will be used is documented and evidence of their availability is provided. The contractor must demonstrate the applicability of skills and experience with respect to the tasks delineated in the SOW. The contractor must be able to ensure that personnel are currently available and/or committed to the contract as of the start of the proposed period of performance. Labor resources are available locally to FDA Headquarters and contractor possesses the ability to add personnel within 3 weeks upon request of the Government Project Officer. Factor 4 Past Performance: 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 offeror shall submit comparable information on all subcontractors that the offeror proposed to perform a major subcontract under this effort. For the purpose of this solicitation, a major subcontract' is defined as a subcontract over $550,000. The Government will contact each reference by phone to verify information past performance references. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. There is an Indefinite Quantity contract line item that requires additional training services and associated maintenance such as additional custom reports, minor application enhancements, upgrade Oracle, and additional security requirements that may be required. A task order may be issued against this line item for these services as stated in the Statement of Work as directed by the project officer. The maximum amount for the life of the contract, including options, is $500,000. For each task order issued under the indefinite quantity line item, the Government may order on a labor hour rate or a fixed price. The labor rates shall include all direct and indirect costs and profit for the applicable labor category. The contractor's rates in pricing the individual task orders will be the rates in effect at the start of each task order or at the time an option if exercised. The contractor will not vary the labor hour rates during the pricing period for any task order, the pricing will remain constant. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. FAR 52.212-1 Instructions to Offerors- Commercial Items (June 2008), FAR 52.212-2, Evaluation - Commercial Items (January 1999) 52.217-5 Evaluation of Options (July 1990) apply to this solicitation. Office shall comply with the provision at FAR 52.212-1(b) and submit 1 original and 6 hard copy and 2 CD to Tamara Williams, 5630 Fishers Lane, Room 1088, HFA-500 Rockville, MD 20857. Electronic copies are not accepted. A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Apr 2011) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov. Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (June 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2010) applies and these clauses are hereby incorporated into this contract by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), 52.219-8 Utilization of Small Business Concerns( May 2004), 52.219-9 Small business Subcontracting Plan, 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-21 Prohibition of Segregated Facilities )FED 1999)(29 U.S.C. 793),52.222-26 Equal Opportunity (March 2007) (E.O. 11246, 52-222-35 Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (SEP 2006)(38 U.S.C.4212), 52.222-36 Affirmative Action for workers with disabilities (Jun 1998)(29 U.S.C. 793), 52.222-37 Employment Report on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C.4212), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 20040(E.O. 13201), 52.222-50 Combating Trafficking in Person (AUG 2007), 52.232-33 Payment by Electronic funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), 52.239-1 Privacy or Security Safeguards (AUG 1996)(5 U.S.C.552a).FAR provisions and clauses may be found at http://www.acquisition.gov/far/index.html. Offerors may submit questions to Tamara Williams via email at Tamara.Williams@fda.hhs.gov. Please reference the specific area and location in the statement of work when asking a question. All questions must be submitted not later than 12:00 pm Eastern Time on May 25, 2011. All responsible sources that can provide and meet the above requirement shall submit a written quotation. Quotations must be received by July 29, 2011 12:00 p.m. Eastern Time. If you have any questions regarding this announcement, please email Tamara Williams. No telephone inquiries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-11-1085807/listing.html)
 
Record
SN02484561-W 20110630/110628235036-5879d4a28da16ffbe3b7367b4fff63be (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.