Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
SOLICITATION NOTICE

D -- NEDSS Messaging Subscription Service

Notice Date
8/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
517910 — Other Telecommunications
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2006-Q-09103
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
Description
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. Solicitation number 2006-Q-09103 is being issued as a Request for Quotes (RFQ). RFQ 2006-Q-09103 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. The associated NAICS code is 517910 and the small business size standard is annual revenue no greater than $13,500,000.00. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. This notice of intent is not a request for competitive proposals. However, all offers received within fifteen (15) days after date of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The National Electronic Disease Surveillance System (NEDSS) project is a public health initiative whose aim is to provide a standards-based, integrated approach to disease surveillance by connecting public health surveillance to the burgeoning clinical information systems infrastructure. The goal of the system is to improve the nation?s ability to identify and track emerging infectious diseases, investigate outbreaks, and monitor disease trends. The inability of public health stakeholders to overcome the complexities and technical challenges associated with today?s electronic message requirements has been deemed the industry?s primary hurdle in accomplishing the goal of exchanging standards-based electronic data between all trading partners. The Centers for Disease Control and Prevention (CDC), National Center for Public Health Informatics (NCPHI) has a identified a need for the upgrade and further development of the agency?s National Electronic Disease Surveillance System (NEDSS) Messaging Subscription Service (MSS). The Messaging Subscription Service (MSS), a component of the NEDSS?s basic framework, is an independent system, providing electronic messaging and data interchange among system subscribers. The professional services required by this combined synopsis / solicitation are a continuation of previous efforts to adapt commercially available message subscription service software, developed by Emergent Technologies, Inc of 455 South 4th St., Louisville, KY to provide a messaging system capable of supporting multiple client applications for multiple message types. This project will require access to proprietary source code, knowledge of the NEDSS infrastructure and an understanding of NCPHI objectives and operating procedures. To the best of the Government?s knowledge, only Emergent Technologies, Inc possesses the unique proprietary technical knowledge and understanding of NEDSS infrastructure and operational procedures to complete the project. However, any interested party who believes to have the capability to provide the services required by this RFP may submit prices for each of the tasks identified in the following Statement of Work (SOW). I. STATEMENT OF WORK a. The Contractor will perform the following tasks: 1. Design and develop a MSS Administrator Dashboard that will provide single sign-on access to all MSS applications (i.e. subscription management, vocabulary management, message management and message activity logging). Additionally the ?dashboard? will provide links to external applications and webs (i.e. a link to Public Health Information Network (PHIN) webs or a knowledge base that promotes sharing between MSS users/entities. 2. Design and develop a Vocabulary Management User Interface that provides local code and value set maintenance and mappings, links to CDC PHIN Vocabulary Access and Distribution System (VADS) provisioning, and a visual thesaurus to support researching concepts and codes. The interface will handle configuration of the Vocabulary Validation services in the Rhapsody Electronic Labortory Reporting (ELR) Route. Provide online help user documentation. 3. Enhance the Subscription Management User Interface and Service Plug-in to provide a more robust subscription management capability. This includes: (a) allowing establishment of criteria by visual methods, (b) creating an administrator interface that allows for visual maintenance of message/schema elements, (c) offers role-base security to allow for subscription management delegation and enhanced data privacy/protecting, (d) includes more capable Boolean logic, such as ?OR? conditions and list lookups, and (e) supports exporting and importing of subscriptions. 4. Enhance Message Management to allow message archive lookups and extracts to provide replay and retrospective operations, such as processing archived messages when a new program area module is brought online. Enhance the move functionality to allow batch movement of messages. Add functionality to delete messages from a JMS queue to include logging functionality that allows for retrieval for online help user documentation. 5. Enhance the NEDSS PAM (Program Area Module) Platform (NPP) ELR Route in Rhapsody to utilize a single output JMS CommPoint versus PAM-specific CommPoints to minimize CommPoint consumption and prevent the requirement to update the route each time a new PAM comes on line. Also, add functionality to the route, most likely a custom filter, to allow for dynamic association of incoming messages to the appropriate mapper process. Again, this will prevent having to update the route when new laboratory messages are brought on line. Build a SMTP sender component to allow for email alerts and eliminate the need for Rhapsody CommPoint consumption. 6. Add online help documentation for the Message Activity web application. 7. Enhance the user interface and functionality associate with message translation. Enhancement will permit the user to easily associate a message format to a string of elements, or registers that the MSS consumes. The output of this association is appropriately formatted outbound messages. 8. Add MSS Security Management capability that provides, at a minimum, user access tracing that captures the person ID for modifications that may be made to the mappings or data as it passes through the MSS. b. The Contractor will provide deliverables in accordance with the following Schedule of Delivery: 1. MSS Administrator Dashboard due on or before 30 November 2006 2. Vocabulary Management GUI due on or before 31 December 2006 3. Subscription Management GUI / Service Plug-in due on or before 31 December 2006 4. Message Management Enhancement(s) due on or before 28 February 2007 5. NPP ELR Route due on or before 30 November 2006 6. Message Activity Web Application Online Help Documentation due on or before 31 January 2007 7. Message Translation GUI Enhancement(s) due on or before 30 November 2006 8. Security Management due on or before 31 March 2007 II. PRICING/COST Contractor shall provide their estimate of the number of persons, hourly pricing, estimated level of effort and extended price for the following labor categories: Senior Software System Engineer, Software Systems Engineer, Quality Assurance Specialist, Senior Project Manager and Senior Architect. Offerors are free to propose an alternate staffing proposal (i.e. labor category) than that presented above. The contractor will provide pricing for the base period of the contract and for all subsequent option periods. III. PERIOD OF PERFORMANCE - Base period of twelve (12) months from date of award, with two (2) 12-month option periods. IV. The following Federal Acquisition Regulation (FAR) clauses and provision apply to this acquisition: 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (May 2004). (a) The Contractor will comply with the following FAR clause, which is incorporated in this contract by reference, to implement provisions of law of Executive Orders applicable to acquisitions of commercial items, 52.233-3 Protest after Award (August 1996) (31 U.S.C. 3553); (b) The contractor shall comply with the following FR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (October 1995); 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S.C 637(d)(2) and (3); 52.219-9 Small Business Subcontracting Plan (January 2002) (15 U.S.C. 637(d)(4); (ii) Alternate II (October 2001) of 52.219-9; 52.219-14 Limitations on Subcontracting (December 1996)(15 U.S.C 637(a)(14)? 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (January 2004) (E.O 13126)? 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans (December 2001); 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); 52-222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans (December 2001); 52.225-16 Sanctioned European Union Country Services (February 2000); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (October 2003). (c) The contractor will comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provision of law of Executive Orders applicable to acquisition of commercial items: 52.222-41 Service Contract Act of 1965 as amended (May 1989); 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989); 52.222-47 Service Contract Act (SCA) Minimum Wages and Fringe Benefits (May 1989). (d) Comptroller General Examination of Record. The contractor will comply with the provision of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2 Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the contractor?s directly pertinent records involving transactions related to this contract. (2) The contractor will make available at its offices at al reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7 Contractor Records Retention, or the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the contractor to create or maintain any record that the contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Not withstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.219-8 Utilization of Small Business Concerns (May 2004) (16 U.S.C 637(d)(2) and (3), in all subcontract that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for contraction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities; (ii) 52.222-26 Equal Opportunity (April 2002) (E.O. 11246); (iii) 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and other eligible Veterans (December 2001) (38 U.S.C 4212); (iv) 52.222-36 Affirmative Action for workers with Disabilities (June 1998) (29 U.S.C 793); (v) 52.222-41 Service Contract Act of 1965, as amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C 351 et seq); (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Offerors shall submit firm-fixed prices for all items listed in paragraph II. Pricing/Costs of this document and shall include list of projects performed during the past 2 years including name of client company and complete address, name of contact, telephone and facsimile number, and email address. CDC may contact some or all of the contacts listed to verify offeror?s past performance. Offerors are responsible for providing accurate and complete information. (Failure to do so may cause rejection of the offer.) Offerors shall also submit with their offer a copy of FAR Provision 52.212-3 Offerors Representations and Certifications-Commercial Items (May 2004) fully executed. All FAR clauses and provisions can be obtained at http://www.arnet.gov/far/loadmainre.html. The Defense Priorities and Allocations System (DPAS) does not apply. Original and 2 copies of the offer are due at 3:00 PM (EST), Monday, 11 September 2006 at the following address: Centers for Disease Control and Prevention, Procurement and Grants Office, Acquisition and Assistance Branch 6, ATTN: Donna J Myler, reference solicitation 2006-Q-09103, 2920 Brandywine Road, Atlanta, GA 30341-4146. Facsimile offers are not authorized. Technical inquiries are to be emailed by close of business Friday 01 September 2006. Telephone inquiries will not be honored. Offers received after the time and date set for receipt will not be considered for award.
 
Place of Performance
Address: 1600 Clifton Road NE, Atlanta, GA
Zip Code: 30333
Country: UNITED STATES
 
Record
SN01125631-W 20060827/060825220446 (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.