Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOURCES SOUGHT

D -- Web and Identity Management Development, Operations and Maintenance Support - DELIVERABLES

Notice Date
7/11/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHLM2012425
 
Archive Date
8/1/2012
 
Point of Contact
Rosalyne A. Snow, Phone: 3014354390
 
E-Mail Address
snowr@nlm.nih.gov
(snowr@nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
DELIVERABLES/DELIVERY SCHEDULE The Office of the Chief Information Officer, NIH, is seeking capability statements from organizations (NAICS 541519) with experience with providing enterprise level in Web development, identity management infrastructure and architecture, including the Federated Identity Management initiative, operations and maintenance support life-cycle activities. This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classification, relative to the NAICS code. This requirement is being awarded using GSA Group 70 SIN 132 51. 4.0 OBJECTIVE The objective of this SOW is to acquire professional IT program and technical services to assist in the Web development, identity management infrastructure and architecture, including the Federated Identity Management initiative, operations and maintenance support life-cycle activities conducted by DECA. Support services provided by this Delivery Order shall consist of planning, analysis, engineering, design, development, documentation, implementation, training, administration, identity data and business process management, and operation and maintenance support for DECA projects in all stages of their life cycle. 5.0 SCOPE OF WORK The Contractor shall support a variety of projects including ongoing in-process projects, new development, deployment and implementation, and maintenance and production support projects for Web applications and websites. Applications and websites can be new, previously developed by an NIH IC and transferred to CIT for maintenance, or developed by a contractor on behalf of an IC. The developed application systems and websites may not have been created in conformance with prescribed standards, may not have adequate documentation, or may need technical enhancement. Support services provided under this Delivery Order shall include, but are not limited to, application development; website development; system engineering; system planning; system analysis; alternative analysis; system and database design and development; software development; system integration; testing; implementation; and deployment of enterprise-wide and program area specific systems, applications, and websites. The work requirements shall also include activities related to project management, Delivery Order administration, quality assurance, configuration management, technical research and analysis, system documentation, database administration, end-user training, and operation and maintenance support for NIH- and CIT-specific production information system applications and websites. 6.0 TASK AREAS Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to perform task assignments at the direction of the Contracting Officer's Representative (COR) in the Task Areas specified below. 6.1 TASK AREA 1 - DELIVERY ORDER MANAGEMENT The Contractor shall provide the technical and functional activities necessary for the management of this SOW and resulting task assignments. The Contractor shall prepare, maintain, and follow a written Delivery Order Management Plan outlining the management approach, management controls, and organizational resources to be employed, and deliverables and delivery dates. The Delivery Order Management Plan shall be submitted to the COR in accordance with the delivery schedule in Section 7.0 of this SOW. On a monthly basis, the Contractor shall provide the COR with a brief written summary of all activities, their status, expected activities for the upcoming month, and labor hours expended to date. The Monthly Project Status Report shall include a list of all task assignments performed the previous month, open issues and recommended solutions, risks and constraints that have emerged, and plans for the next reporting period. A summary of labor hours and cost worked by contractor employee by task assignment shall be included in the written monthly status report. Each report shall be submitted to the COR in accordance with the delivery schedule in Section 7.0 of this SOW. The COR may change the format and content of the Monthly Project Status Report over time to reflect the dynamic nature of the development and maintenance activities. Although the status reports are due monthly, this shall not relieve the Contractor of the responsibility to proactively keep the Government informed of issues or problems as they occur (including technical, cost, or schedule issues). 6.2 TASK AREA 2 - PROJECT MANAGEMENT SUPPORT The Contractor shall provide appropriately qualified staff to provide project management, budget control and reporting. The Contractor shall provide a project manager to be the principal point of contact for activities under this SOW. The Contractor's project manager will receive technical direction from the COR and then delegate or distribute work assignments as necessary. It is the Contractor's responsibility solely to manage, monitor and report on all task assignments under this SOW. Project Management activities shall also include staff direction, quality assurance and quarterly program reviews. 6.3 TASK AREA 3 - WEB DEVELOPMENT SUPPORT The Contractor shall provide qualified and experienced personnel to support the planning, analysis, design, engineering, development, programming, and maintenance of Web software applications and website projects required by this SOW. The Contractor shall provide systems development, operations, maintenance, and technical support for Web-based related IT systems and website projects. This work involves the analysis, design and development, test, implementation, and maintenance of Web-based systems, applications, and websites. The Contractor shall have demonstrated knowledge of DECA-supported NIH systems including: NIDB, NED, NEES, DDRMS, ITAS, iTrust, and the nVision Data Warehouse, or similar enterprise systems of comparable magnitude. In order to support, maintain, and continually enhance the systems referenced above, the Contractor shall have demonstrated experience in the following technologies: HTML, XML, VB Script, Witango, Dreamweaver, Photoshop, Flash, Director, Visual Studio 2003 - 2005, ASP, ASP.Net,.Net Framework v1.1 - V4.0, C#, SQL Server 2000 - 2008R2, Oracle 9i/10g/11g, FileMaker Pro, PL SQL, Fireworks, Ajax, Java, JavaScript, PhP, JSP, CSS, Transact-SQL, Web services, Tibco Business Works, eFLOW, MS IIS, Apache, Oracle Portal 10gR3, CA SiteMinder, and BEA Weblogic. 6.4 TASK AREA 4 - IDENTITY MANAGEMENT SUPPORT As requested by the Government, the Contractor shall implement Identity Management solutions by installing and configuring software and integrating software with NIH applications. The Contractor shall provide subject matter expertise on a variety of subjects related to identity management, general technology, operations and business practices. This includes support for the NIH Identity Management infrastructure, which provides identity management and access control services to NIH applications. The infrastructure provides or plans to provide authentication, authorization, federation, provisioning, and Web services capabilities. Additionally, the Contractor shall assist in developing conceptual architectures that describe the target architectures of Identity Management solutions as well as Concept of Operations (ConOps) describing the target business environment. The concepts shall consider matters such as provisioning, federated authentication, conceptual identity data model and data standards, role management, and single (or reduced) sign-on. The Contractor may be given only high-level guidance to solve challenging technical problems and issues. The Contractor shall be required to write position papers and other documents on subjects that relate to Federated Identity Management or related business domains. The Contractor shall also present to and support the Government in a variety of internal and external forums to explain and defend positions. These forums shall include, but are not limited to planning sessions, demonstrations or system design reviews. The Contractor shall provide subject matter experts in specific areas defined by the COR, as needed. This task area includes, but is not limited to, the following task assignments of the system life-cycle: • Conduct and document business context analysis, feasibility studies, time, schedule, and cost estimates, scope definition. • Research, prepare, and manage the preparation and documentation of project documentation such as functional requirements, scope, system design, business process, technical specifications, interface controls, quality assurance plans, communications plans, training plans, change management plans, security plans, system implementation plans. • Prepare and document other project documentation as required. • Conduct usability research and analysis, including planning, facilitating, and conducting user and stakeholder interviews, documentation, and reporting. • Conduct technical, system, creative, user interface, and information architecture design. • Prepare and document project plans for future releases and upgrades to the existing systems. • Support installation, implementation, integration, and customization requirements. • Prepare and deliver project plan presentations for executives, project teams, and other project stakeholders. • Prepare and deliver presentations for feasibility studies, time, schedule, and cost estimates for executives, project teams, and other project stakeholders. • Prepare, document, and deliver training materials including user guides, online instructional material, and classroom training material. • Develop new features in response to requirements using the current NED and NEDWeb toolkit (e.g., CriticalPath Meta-Directory Server and Perl, IBM Teamworks and Javascript) or future tools. • Support operations and maintenance activities related to iTrust (NIH Login) using the CA SiteMinder toolkit, and related technologies, etc. • Support release management and change control requirements. • Perform unit, system, integration, user acceptance, and usability test planning and testing. • Provide other development support tasks as required. • Establish operational baseline metrics for the identity management systems, software, and infrastructure. • Implement and maintain monitoring, logging, and alerting for the identity management infrastructure using the current NIH standard monitoring tool, SiteScope. • Prepare, document, implement, and maintain reports relative to the established baseline targets. • Prepare, document, implement, and maintain system troubleshooting procedures. • Prepare, document, implement, monitor, and maintain change management processes and procedures. • Provide other change management support tasks as required. • Prepare, document, implement, monitor, and maintain security controls and procedures required for the certification and accreditation of the identity management infrastructure. • Prepare, document, implement, monitor, and maintain procedures and technical solutions to secure personally identifiable information (PII) in the NIH identity infrastructure as required by federal policy and best practices. • Prepare, document, implement and maintain the system security plan. • Design and document system test procedures. • Conduct and document system tests and results. • Prepare and document agreements, including Memorandums of Understanding (MOU) and Service Level Agreement (SLA), and various interagency agreements. • Determine a solution for the issuance of assurance level 3 and level 4 PKI certificates for use primarily by end-users to access federated online services and perform transaction in accordance with the X.509 Certificate Policy • Provide other security management support tasks as required. 6.5 TASK AREA 5 - ADVISE/CONSULT ON FEDERATED IDENTITY The Contractor shall provide the Government with policy and strategic planning support to include researching relevant laws and policies; determining industry and government best practices; and understanding the state of the industry, as they related to Federated Identity Management, Security, and general IT portfolio management. The Contractor shall draft, review or finalize documents such as strategic plans, component descriptions, performance measures, position papers and strategic roadmaps. The Contractor shall also make presentations to internal NIH staff and management as well as to external organizations. Specific domains that the Contractor shall provide assistance include, but are not limited to: inter-federation activities, program alignment and compliance, and NIH E-Authentication support. The Contractor shall support the NIH efforts to inter-federate with external business communities such as the higher education, biomedical and behavioral science research communities. The Contractor shall provide support to assure that the Federated Identity Management solution is aligned, both technically and its business program to Government-wide policies, programs, and solutions. In addition, the Contractor shall keep NIH staff informed of trends and directions within the overall Federated Identity Management community. 6.6 TASK AREA 6 - WEB SERVICES (SOA) SUPPORT The CIT Integrated Services Center (ISC) supports the development, operations, and management oversight of web services [Service Oriented Architecture (SOA)]. In support of this task area, the Contractor shall provide qualified and experienced personnel to support the planning, analysis, design, development, programming, test, implementation, maintenance and support of web services. The Contractor shall assist system developers from project teams to design and build connections and transformations using the integration infrastructure; to assemble interface documentation and metadata for application interactions; and develop and implement reusable integration tools such as XML schemas (with support of a data architecture team). The Contractor shall also maintain and monitor the integration infrastructure (at NIH primarily Tibco, but potentially other integration technologies). In the area of management oversight, the Contractor shall provide long-term retention and maintenance of the integration metadata. The Contractor shall provide the discipline required to ensure that services are built in a sharable fashion and that quality of the output of the ISC is ensured through project management practices. The Contractor shall provide consulting and operations support including but not limited to: • Technical advisory services to ensure that services are built using best-practice solution design patterns • Supporting integrating NIH Enterprise Architecture guidance and solution architecture guidance needed to build services • Supporting process improvements in building and supporting services • Providing experienced Tibco developers and designers who are capable of implementing new SOA project work • Providing experienced Business Architects and Project Managers that can support development and integration activities 6.7 TASK AREA 7 - PHASE-OUT PLAN (OPTIONAL) In the event the Government re-competes the requirements of this SOW and prior to completion of this Delivery Order's period of performance, the Contractor shall, at the Government's option, provide the Government with a Phase-Out Plan that shall ensure an orderly and successful transition of the remaining tasks to a successor contractor should the incumbent Contractor not be selected during the re-competition. As part of the Phase-Out Plan, the Contractor shall adequately train the successor contractor's employees following any re-competition of the requirements specified in this SOW. 7.0 SEE ATTACHMENT-DELIVERABLES/DELIVERY SCHEDULE The Contractor shall provide the following deliverables for review and acceptance by the COR: Any written deliverable products shall be submitted in draft format for review, comment and approval by the COR. Final copies of approved drafts shall be delivered to the COR within five (5) business days after receipt of the COR's comments. Any written draft deliverable products shall be submitted in a quantity to be specified by the COR for each deliverable sufficient for distribution to appropriate reviewers and one electronic copy for review and comment. Final deliverable products shall be submitted as three (3) final bound copies and an electronic copy. Other quantities and formats may be submitted after prior approval from the COR. Electronic copies will be submitted in Microsoft Office 2003 format unless prior approval for another format has been obtained from the COR. The Contractor shall submit an annual Section 508 report in accordance with the schedule set forth in Provision 22.0, ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY, below of this SOW. The Section 508 Report Template and Instructions for completing the report are available at: http://www.hhs.gov/od under "Vendor Information and Documents." All electronic reports submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. Additional information about testing documents for Section 508 compliance, including specific checklists, by application, can be found at: http://www.hhs.gov/web/508/index.html under "Helpful Resources." All paper/hardcopy documents/reports submitted under this Delivery Order shall be printed or copied, double-sided, on at least 30 percent post consumer fiber paper, whenever practicable, in accordance with FAR 4.302(b). 8.0 DELIVERY ORDER TYPE This GSA FSS Group 70 Delivery Order is Indefinite-Delivery, Indefinite-Quantity (IDIQ). [Reference: Federal Acquisition Regulation (FAR) 16.504] 9.0 PLACE OF PERFORMANCE Task assignments under this SOW shall be performed at both Federally-controlled and non-Federally-controlled facilities, including the Contractor's facility, depending upon CIT program requirements. 10.0 PERIOD OF PERFORMANCE The period of performance of this Delivery Order shall be for a Base Period of Date of Award through August 14, 2013, with four (4) successive 12-month Option Periods, including Optional Effort in the Base Period and each Option Period. Base Period: Date of Award through August 14, 2013 Option Period 1: August 15, 2013, through August 14, 2014 Option Period 2: August 15, 2014, through August 14, 2015 Option Period 3: August 15, 2015, through August 14, 2016 Option Period 4: August 15, 2016, through August 14, 2017 Information Requested: Sources having the ability to provide the professional services described above shall provide clear and comprehensive information supporting their experience, and past performance. An offeror's response shall not exceed 10 pages, excluding resumes. Any questions can be submitted via e-mail to snowr@mail.nih.gov Rosalyne Snow, Contract Specialist. Questions to this Sources Sought Notice will be accepted through Friday, July 13, 2012. All information received will be considered as part of a competitive acquisition. RESPONSES ARE DUE BY 3PM LOCAL PREVAILING TIME ON Tuesday, July 17, 2012, AND SHALL BE SENT VIA E-MAIL TO: snowr@mail.nih.gov. Faxed submissions will not be accepted. This requirement is being processed for CIT by the National Library of Medicine (NLM), NIH. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent or the Government's use of the information. Any proprietary information should be so marked. Interested organizations presenting a capability statement in response to this sources sought announcement must identify their size status. *****THIS IS A SOURCES SOUGHT NOTIFICATION. THE REQUIREMENT IS UNDER THE GSA FEDERAL SUPPLY SCHEDULE GROUP 70 SIN 132 51. INTERESTED PARTIES ARE TO SUBMIT A CAPABILITY STATEMENT ONLY. COMPANIES SUBMITTING A CAPABILITY STATEMENT WILL BE SENT THE SOLICITATION UPON RELEASE.****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2012425/listing.html)
 
Place of Performance
Address: 6707 Democracy Blvd, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN02800223-W 20120713/120712000319-4eee29e1286f3fa19b9eacdbbe88b950 (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.