SOLICITATION NOTICE
D -- Data Management Services - Package #1
- Notice Date
- 9/18/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-(SSSA)-2013-2976725
- Archive Date
- 10/9/2013
- Point of Contact
- Andrea McGee, Phone: 3014358781
- E-Mail Address
-
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation 'pdf' format Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-(SS/SA)-2013-2976725 and the solicitation is issued as a Request for Proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-69, dated September 3, 2013. (iv) The associated NAICS code is 541512-Computer Systems Design Services and the small business size standard is $25.0 Million. (v) Project Title: Data Management Services (vi) Project Description: Introduction: The National Institute of Mental Health (NIMH), Intramural Research Program (IRP) Human Genetics Branch, is a clinical genetics research program with both human-subjects and laboratory components. Our leadership position in the field depends critically on the generation of large amounts of clinical and genotypic data related to our research focus. Such large quantities of data demand the most highly sophisticated data management to maintain the accuracy, integrity, security, and archival value of the data. The existing resources of the IRP and the expertise available are not sufficient to meet the data management needs of this Branch. Therefore the most cost-effective and efficient way to proceed is to assign the data management tasks to an outside contractor. This is the best way to maintain our leadership position while working within present constraints. Description of Work: Data generated within the Branch falls into three broad categories: 1) clinical data of a sensitive nature that contains personal identifiers; 2) anonymized clinical data; and 3) data generated by molecular methods in the laboratory, including genotypes, sequences, etc. The contractor will be in charge of all 3 types of data. There is an existing Paradox database designed to handle the clinical data, but the data lacks internet accessibility and cannot easily be linked with molecular data. The contractor will migrate the data to a new secure, web-based system (such as MySQL, REDCap, or similar architectures) that will facilitate data accessibility and connectivity between clinical and molecular data. Some additional database design and development will be required from time to time. The contractor will control access to data, under direction of the responsible senior investigator, in order to ensure the security and integrity of the database at all times. The contractor will coordinate and train data entry personnel, ensure adequate data back-up procedures are followed, and provide technical support to users. The contractor will provide routine and customized summary reports and data files for analysis, as directed. Deliverables: • Data base architecture custom designed as directed by Branch Chief • Web-based data entry forms suitable for use by staff with minimal training • Data files cleaned and ready for analysis by methods selected by Branch Chief • Complete documentation of database architecture, scripts, and data dictionaries Delivery Schedule: The delivery schedule for each deliverable will be determined after contract award. Volume of Work: The volume of data generated and the need for daily coordination necessitates a time commitment of 10-hours per week, for a period of 12-months. Technical Expertise: Job Title: Database Analyst / Designer / Engineer Minimum/General Experience: • Relative experience in making organizational and computer database changes. • Relative experience in information management, database design for the enterprise and stand-alone systems • Relative experience in and Knowledge of system architecture (s), operational systems, programming languages, data management & system engineering techniques. C++ and Object Oriented Design. Experience with CASE tools (RTM, Clear Case), BPWIN, ERWIN, Rational Rose. Strong written, oral and interpersonal skills. Familiar with MS Office 97 General Functional Responsibilities: Analyzes organizational and computer database systems. • Designs and implements computer database systems in both standalone and network configurations • Knowledgeable in both commercially available off-the-shelf (COTS) and custom database software platforms • Develops technical documentation detailing the installation procedures • Works with clients to set the information management direction for an enterprise • Provides insight and advice to clients concerning the strategic direction for data management • Conducts information technology assessments and large-scale data management reviews, and provides quick solutions for urgent client needs. • System requirement analysis, decomposition, derivation and documentation • Maintenance of contractual and engineering baselines • System design and design documentation • Software design, development and test support • System integration and test support plus risk identification and mitigation • Relational database design and implementation such as Informix • Process Improvement Minimum Education: Bachelor's Degree in Computer Science or a technical discipline and 3-years of data management experience. Period of Performance: The base period of performance is 12-months from September 30, 2013 to September 29, 2014 with an option for an additional 12-month period from September 30, 2014 to September 29, 2015. (vii) The place of performance will be at the contractor work site and the National Institutes of Health, National Institute of Mental Health Bethesda Maryland. (viii) The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. (ix) The Addendum of FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (a) Technical Proposal Instructions and Format 1. The technical proposal is the most important item in the evaluation of the contractor's capability to perform the desired services. Therefore, the proposal must present sufficient information to reflect a thorough understanding of the work requirements and a detailed technical approach for achieving project objectives as set forth in the statement of work. 2. The technical proposal may NOT contain any references to price-cost. However, resource information, such as data concerning proposed other direct costs, must be contained in the technical proposal so that contractor's understanding of the scope of work may be evaluated. 3. All aspects of a proposal are subject to discussion, including price, technical approach, and terms and conditions. At the completion of discussions, the contractor must ensure its technical plan and price-cost proposal reflect the mutual understandings of the requirement and, if requested, submit a revised technical plan and price-cost proposal. The technical plan should consist of the contractor's intent and approach to the requirements, any considerations that should be made by the Government, as well as any additional information that expresses the contractor's position above competitors for this effort. 4. The technical proposal must be submitted in Microsoft Word or searchable PDF format in a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). The technical proposal must not exceed 20-pages in length and the pages must be sequentially numbered regardless of the section or part (e.g., 1 of 25, 2 of 25, 3 of 25, etc.,) and must contain a header or footer to include the name of the contractor and the solicitation number. Pages in excess of the specified page limit will not be considered or evaluated. Resumes must not exceed 2 pages in length and are not counted in the page limit. (b) Price-Cost Proposal Instructions 1. The price-cost proposal is submitted separately from the technical proposal and shall be submitted in the below format, for each Task required to perform the services as specified the statement of work. 2. A fixed-price (FP) proposal is requested. The FP proposal shall be based on the prices in the schedule contract and shall consider the mix of labor categories and level of effort required to perform the services described in the statement of work. The price-cost proposal is submitted separately from the technical proposal for each task/sub-task as specified in the statement of work and for each year / partial year of the period of performance, and option periods, including a summary of the costs for the entire period of performance. 3. The cost-price proposal must list all direct costs associated in the performance each task, i.e., labor, consultants, travel, transportation, and training, etc. Any travel costs must be proposed at the rates provided in the federal travel or joint travel regulations. 4. The cost-price proposal must include a complete explanation detailing the rationale for each cost. In addition, the rationale should be sufficient enough to determine that the all costs are fair and reasonable. The FP price-cost proposal must be submitted in the below format. Cost-Price Proposal Base Period of Performance September 30, 2013 through September 29, 2013 Labor Category Estimated Number of Hours Fixed Hourly Rate (Fully Loaded) Total Amount 520 $ Total Fixed Price $ Cost-Price Proposal Optional Period of Performance September 30, 2014 through September 29, 2015 Labor Category Estimated Number of Hours Fixed Hourly Rate (Fully Loaded) Total Amount 520 $ Total Fixed Price $ (x) The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: No. Criterion Description Total Possible Points 1. Relevant Company Experience and Past Performance: The offeror is expected to have at least three (3) years of relevant company experience and must have provided data management services to either a Government or Commercial entity. Rating Factors Offerors must submit a two-page (maximum) narrative describing the company's relevant experience providing the types of data management services offered. At a minimum, your narrative must include the following: i. Organization's number of years of experience in providing data management services; ii. Organization's size, experience in the field, and resources available to enable the offeror to fulfill requirements on a timely basis; iii. Brief history of the organization's activities contributing to the development of expertise and capabilities related to this requirement; iv. Information that demonstrates the offeror's organizational and accounting controls and manpower presently in-house or the ability to acquire the type and kinds of personnel proposed; and v. Description of how the offeror intend to provide the service to the government No substitution for relevant experience will be considered. 50 2. Relevant Project Experience The offeror is expected to have at least three (3) years of relevant project experience with either a Government or Commercial entity. Rating Factors Offerors must submit the following: Company profile to include background and qualifications of management team An overview of recruitment, training, and retention policies for each labor category offered. Sufficient data that demonstrates overall experience and qualifications of each labor category offered. Description of each labor category offered Descriptions of three (3) projects; at least two (2) of the projects must either have been completed within the last two years or be on-going. For on-going contracts with a base year and option years, at a minimum, the base year must have been completed; for multi-year task orders, at a minimum, the first year must have been completed Must demonstrate that the tasks performed are of a similar complexity to the work solicited under this SOW. All examples of completed services must have been found to be acceptable by the client. Project descriptions shall not exceed 2 pages per project 50 Total Possible Score 100 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (xi) The Addendum to FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. (a) GENERAL. Selection of an offeror for contract award will be based on an evaluation of proposals against the above factors. Although technical factors are of paramount consideration in the award of the contract, past performance, and cost-price are also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are approximately equal to cost-price. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. (b) The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the solicitation. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. (c) COST/PRICE EVALUATION. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. (xii) The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. (xiii) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items (July 2013), applies to this acquisition. (xiv) The Addendum to FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (a) OPTION PROVISION Unless the Government exercises its option pursuant to the Option Clause set forth below, the contract will consist only of the Base Period of the Statement of Work as defined herein. Pursuant to FAR Clause 52.217-8, Option to Extend Services and/or FAR Clause 52.217-9, Option to Extend the Term of the Contract set forth below, of this contract, the Government may, by unilateral contract modification, require the Contractor to perform additional options set forth in the Statement of Work and in the contract. If the Government exercises this option, notice must be given at least 60 days prior to the expiration date of this contract and the price of the contract will be increased as set forth in the OPTION PRICE. (b) FAR Clause 52.217-8, Option to Extend Services (November 1999) "..The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of the contract expiration date." (c) FAR Clause 52.217-9, Option to Extend the Term of the Contract (March 2000) "(a) The Government may extend the term of this contract by written notice to the Contractor within sixty (60) days of the contract expiration date; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days 60 days before the contract expires. The preliminary notice does not commit the Government to an extension." (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5-years." (xv) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. (xvi) There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xvii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xviii) Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: the technical proposal, cost-price proposal, prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by September 23, 2013, 4:30 p.m. eastern standard time and must reference number HHS-NIH-NIDA-(SS/SA)-2013-2976725. Responses may be submitted electronically to Andrea.McGee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. (xix) Contact Andrea McGee at (301) 435-8781 for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-(SSSA)-2013-2976725/listing.html)
- Place of Performance
- Address: National Institutes of Health, Natinal Institute of Mental Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03193303-W 20130920/130918235458-5c8f34fb9f1291db2335314ab975f28d (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 |