Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

D -- Study Data Tabulation Model/HL7 Version 3 Extensible Markup Language (XML) Standardization

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related 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, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1010423-06
 
Response Due
8/18/2006
 
Archive Date
9/1/2006
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Reference number is 1010423-06. Email the contact person within the synopsis/solicitation for a copy of the statement of work and past performance evaluation sheet. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. PLACE OF PERFORMANCE: Contractor?s Site. The NAICS code is 541519 and the Small Business Standard is $23 Million. This a 100% Small business set aside. Offeror?s should complete their representations and certifications at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Food and Drug Administration requests responses from qualified sources capable of provided these services in accordance with the statement of work. Note 1 applies: Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. STATEMENT OF WORK: The Food and Drug Administration (FDA) has a requirement that requires the need to obtain professional services to develop a Health Level 7 (HL7) version 3 (XML) standard message specification for the Clinical Data Interchange Standards Consortium (CDISC) Study Data Tabulation Model (SDTM) including study data, study protocol and study summary, lead the specification through the appropriate HL7 committee(s), balloting and reconciliation, and prepare an implementation guide for the approved version. The following tasks are required: 1-Develop HL7 version 3 (XML) standards for the CDISC STDM including study data, study protocol (i.e., study flow, inclusion/exclusion criteria, planned interventions and assessments, statistical analysis plan) and study summary. 2- Create mapping document showing relationship/reconciliation between the Regulated Clinical Research Information Management Technical Committee (RCRIM) and Biomedical Research Integrated Domain Group (BRIDG) domain analysis model and HL7 Reference Information Model (RIM). 3-Develop formal message specification based on the HL7 RIM coherent with other related HL7 specifications (e.g., Observation Results, Clinical Trials). 4-Prepare submissions of RIM extensions and lead them through the HL7 committee, ballot and reconciliation process. 5-Prepare a complete specification document with explanatory text and examples. 6-Present the specification to stakeholders, FDA, and interested HL7 committees to arrive at a consensus. 7-Lead the specification through committee and membership ballots, work out ballot reconciliations, and manage specification versioning. 8-Prepare an implementation guide and tutorial material for parties without extensive knowledge in HL7. The following deliverables will be required: 1-Data mapping between RCRIM and BRIDG domain analysis models and HL7 RIM; 2-Formal message specification for HL7 v3 standard (draft and final versions of ballot and schema); 3-Implementation guide and tutorial material. The following FAR provision and clauses are applicable to the procurement: 52.212-1, Instruction to Offerors ? Commercial Items: 52.212-3 and its ALT I, Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions ? Commercial Items: Contract Terms and Conditions ? Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offer?s best terms from a cost or price and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offeror?s determined to have a reasonable chance for award. 52.212-2 Evaluation ? Commercial Items is applicable to this procurement. 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 EVALUATION CRITERIA: 1) Offeror?s technical capability to provide the services required to meet the Government?s requirements, including offeror?s knowledge and familiarity with standards development and modeling using the HL7 Reference Information Model and knowledge of the standards work of the Regulated Clinical Research Information Management Technical Committee to HL7 and 2) Price. Relative importance of evaluation factors: technical criteria will be considered to be more important than price, however, as offers are judged by the Government to be more equal, price will control the Government?s award determination. Central Contractor Registration (CCR). Offeror?s must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA/GWAC contract number if applicable, business size, and payment terms. Offers shall be no more than 10 pages, less past performance and will be accepted via U.S. mail or electronically via email. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements.
 
Place of Performance
Address: DHHS/Food and Drug Administration, 5600 Fishers Lane, Rockville, Maryland
Zip Code: 20857
Country: UNITED STATES
 
Record
SN01106641-W 20060806/060804220419 (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.