Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOLICITATION NOTICE

R -- NIDCR Scientific Coding System (SCORE)- Maintenance, Upgrade, and Security Enhancements

Notice Date
9/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-DE-2016-008-KEW
 
Archive Date
10/6/2015
 
Point of Contact
Kyle Wisor, Phone: 3014023670, Rashida Ferebee,
 
E-Mail Address
Kyle.Wisor@nih.gov, rashida.ferebee@nih.gov
(Kyle.Wisor@nih.gov, rashida.ferebee@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(1) Action Code: Combined Synopsis/Solicitation (2) Date: September 15th, 2015 (3) Year: 2015 (4) Contracting Office Zip Code: 20892 (5) Classification Code: R499 (6) Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 (7) Subject/Title: NIDCR Scientific Coding System (SCORE)- Maintenance, Upgrade, and Security Enhancements (8) Proposed Solicitation Number: NHLBI-CSB-DE-2016-008-KEW (9) Closing Response Date: September 21st, 2015 (10) Contact Point: Kyle Wisor, Contract Specialist (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: UKN (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: October 1st, 2015 (15) Contractor Name: TBD (16) Description: The National Institutes of Health (NIH) is the nation's leading medical research agency, and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The mission of the National Institute of Dental and Craniofacial Research (NIDCR) is to "seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability". The NIDCR requires a contractor to perform specific tasks required for the maintenance, upgrade, and security enhancements of NIDCR's current scientific coding system known as SCORE. This will be achieved by developing customized programming to interface with the most current IMPAC II database structure; to upgrade SCORE compatibility with Microsoft Windows 2012 Server, and to accommodate changes to NIDCR functionality and security requirements, as determined in requirements meetings held between the Contractor and NIDCR program and IT staff. (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; quotes are being requested and a written solicitation will not be issued." (ii) The solicitation number is NHLBI-CSB-DE-2016-008-KEW and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 SEP 2015. (iv) The associated NAICS code is 541511, Custom Computer Programming Services, Small Business Size $27.5 Million. The acquisition is being conducted in accordance with the procedures of FAR Part 12, FAR Part 13, and FAR Part 15. (v) The Contractor Requirements are listed below: (vi) The Contractor Shall Provide the Following Services: a) The Contractor shall perform the following tasks: i) Develop customized programming to interface with the most current IMPAC II database structure. The NIDCR coding system uses an SQL database and Visual Basic programming. The enhancements must be fully compatible with the existing database and also with IMPAC II and the MS Office Suite, including MS Access and Excel, and must accommodate change to NIDCR functionality and security requirements as specified by NIDCR IT staff. ii) Upgrade SCORE compatibility with Microsoft Windows 2012 Server. The NIDCR computing environment is based on MS Windows 2012 server, using Enterprise Active Directory. The server infrastructure includes IIS web servers, SQL servers and application servers. The standard desktop includes Windows operating system with Microsoft Office. b) The contractor shall provide the following services: i) Provide system support and training, including phone support and system support for NIDCR users, and to assist with closeout tasks including end-of-year file reconciliation and database posting; programming of end-of-year topic reports for NIDCR management; and programming ad-hoc reports as requested by NIDCR coding staff and management. ii) Provide assistance to NIDCR staff in maintaining the system and adapting the database interface to changes made in the enterprise system, and to security enhancements in Windows Server. iii) Fully document the changes made to the source code, and to make source code available upon request to NIDCR staff. iv) Perform additional software changes and custom programming as required by NIDCR to maintain and enhance the capabilities of the current system. c) Deliverables: i) Develop customized programming to interface with the most current IMPAC II database structure by October 15th, 2015 ii) Upgrade SCORE compatibility with Microsoft Windows 2012 Server by October 15th, 2015 (vii) Period of Performance: Base Year: October 1, 2015 - September 30, 2016 Option Year 1: October 1, 2016 - September 30, 2017 Option Year 2: October 1, 2017 - September 30, 2018 Option Year 3: October 1, 2018 - September 30, 2019 Option Year 4: October 1, 2019 - September 30, 2020 Place of Performance: National Institute of Health, NIDCR 31 Center Drive Building 31 Bethesda, MD 20892 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, is applicable. 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: Best Value: Trade Off -- Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors, past performance, and education requirements are more important than cost. Total points: 100 1. Technical capabilities / experience (50 points) a. The contractor will be evaluated on the following technical factors: i. Contractors experience and extensive expertise with the current NIDCR coding system known as SCORE, including the ability to work with the Visual Basic, VB.NET, ASP.NET, and SQL Server source code to perform the specific tasks listed above, and the ability to program custom reports and interface enhancements. ii. Contractors experience with the NIDCR grants coding schema and NIDCR grants topics, keywords, and coding procedures, and applying them to the IMPACII database to produce funding reports. iii. Contractors expertise with SQL database and Visual Basic programming of MS Office Suite applications including MS Access and Excel, World Wide Web, HTML, DHTML, ASP, and other advanced Web technologies such as 1. Intel-based PC workstations and servers 2. Operating Systems: Windows XP, Windows 7, Windows Server 2003, Windows Server 2012 3. Application Software:.net, SQL Server 2005/2008 transact SQL, JavaScript, Adobe Photoshop CS4, Camtasia Studio (video production) 4. Networks: Windows networks 5. Databases: SQL Server 2005/2008, Microsoft Access 6. Languages: Visual Basic, SQL Server Transact SQL, Javascript iv. Contractors experience acting as systems designer and code analyst, lead developer and supervisor of other programmers, and lead programmer of an enterprise data query, analysis, and reporting system. v. Contractors experience with scientific reporting and website development in a Federal Medical Research Center environment 2. Past Performance (30 points) a. Provide customer surveys or other applicable past performance questionnaires demonstrating work performed relating to the required tasks and services. A list of Purchase Orders and or contracts providing for services over the past three (3) years may be provided if no applicable surveys or questionnaires are obtainable. If no past performance documents are provided the Contract Officer will base the past performance score on the contracting officer's knowledge of and previous experience with the supply or service being acquired. 3. Educational Requirements (20 points) a. A doctorate in mathematics or computer science from an accredited institution in the United States. 4. Price (10 points) (x) FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations ii. 15.403-1, Prohibition on obtaining certified cost or pricing data iii. 52.219-6, Notice of Total Small Business Aside iv. 52.219-28, Post Award Small Business Program Representation v. 52.222-3, Convict Labor vi. 52.222-19, Child Labor--Cooperation with Authorities and Remedies vii. 52.222-21, Prohibition of Segregated Facilities viii. 52.222-26, Equal Opportunity ix. 52.222-36, Equal Opportunity for Workers with Disabilities x. 52.222-50 Combating Trafficking in Persons xi. 52.222-54, Employment Eligibility Verification xii. 52.225-13, Restrictions on Certain Foreign Purchases xiii. 52.232-33, Payment by Electronic Funds Transfer-System for Award Management xiv. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) xv. 52.244-6, Subcontracts for Commercial Items xvi. 52.2232-39, Unenforceability of Unauthorized Obligations xvii. 52.217-9, Option to Extend the Term of the Contract xviii. 52.217-8, Option to Extend Services (xiii) Additional Contract Requirements: None (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) All responses must be received by September 21st, 2015 at 9:00 AM and must reference number NHLBI-CSB-DE-2016-008-KEW. Responses may be submitted electronically to Kyle.Wisor@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6150B, Bethesda, MD 20892-7902, Attention: Kyle Wisor. Phone: 301-402-3670; Fax responses will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-DE-2016-008-KEW/listing.html)
 
Place of Performance
Address: National Institute of Health, NIDCR, 31 Center Drive, Building 31, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03887146-W 20150917/150916000524-311fec5cb478268f6435ed016dc9aac3 (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.