Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2008 FBO #2467
DOCUMENT

70 -- Captiva Input Accel Software or EQUAL - Statement of Work

Notice Date
8/26/2008
 
Notice Type
Statement of Work
 
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, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-1044265
 
Archive Date
9/19/2008
 
Point of Contact
Rafael Taylor,, Phone: 301-827-7169, Jody L. O'Kash,, Phone: 301-827-5094
 
E-Mail Address
Rafael.Taylor@fda.hhs.gov, Jody.O'Kash@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. (ii) This is solicitation number FDA-SOL-08-1044265 and this solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This is a total small business set-aside. (iv) The NAICS code is 541519. The size standard $25M. (v) See attached document for list of Brand Name, part number(s), description of items, quantities, and units of measure. (vi) DESCRIPTION OF REQUIREMENTS: STATEMENT OF WORK: FDA’s Office of Food Defense, Communication and Emergency Response (OFDCER) utilizes Captiva’s Input Accel (IA) software to facilitate the capture and redaction of individual case safety reports (ICSR’s) and related materials for the Center for Food Safety and Applied Nutrition (CFSAN) Adverse Event Reporting System (CAERS). Electronic processing tasks are accomplished using custom-built processes expressly for the Captiva IA Information capture System. Captiva software is approved for use by FDA’s FASTAR. IA allows administrators flexibility to design customized capture flows using VB scripts, SDK’s, and source code. IA is a true client/server architecture that utilizes clients to process work while data resides safely on a firewall-protected FDA domain server. The scan module is used to create electronic images from paper submissions or accept electronic input from other source. Image enhancement implements a rigorous, fully automated image enhancement process. This involves de-speckling, “noise reduction”, deskewing, page orientation, and border removal, as well as more than a dozen other image processing functions. The rescan module will permit user intervention to adjust the image, if an operator flags the page as unacceptable for optical character recognition (OCT). Index is used to remove the Personally Identifiable Information (PII) and Confidential Business Information (CBI) and “name” the folders, to facilitate a bridge or export process. The CAPCON module serves as a hub which controls the SCANSOFT and PRIME RECOGNITION OCR modules. These modules perform both high-precision text- and image-based analysis techniques. IA Export provides ODBC export to the Oracle database. (vii) See delivery performance (viii) The provision at 52.212-1, Instructions to Offerors (APR 2008) -- Commercial, applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government. This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. Contractors shall furnish as part of their quotation all descriptive material necessary for the government to determine whether their service meets the technical requirements. Proposals will be considered “Acceptable” if they meet the minimum essential salient characteristics or “Unacceptable” if they do not. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 2) Price. Price is of less importance than technical capabilities. Award will not be automatically made on the basis of the highest technical merit. However price may become an important factor as the degree of equality between technical proposals becomes closer. The Government intends to issue one firm fixed award for this requirement. The Government reserves the right to make award without discussions. (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2003). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2007), applies to this acquisition as well as the following clauses cited therein: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (Alternate I OCT 1995), 52.222-3, Convict Labor (JUN 2003)(EO 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2006)(EO13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007)(EO11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006)(38 USC 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-50, Combat Trafficking in Persons (AUG 2007), 52.232-33 (OCT 2003) Payment by Electronic Funds Transfer - Central Contractor Registration, 52.225-1 Buy American Act---Supplies (JUN 2003), 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006), 52.239-1 Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). Full text of clauses and provisions can be accessed at www.arnet.gov/far. (xiii) In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: 1194.21 Software Applications and Operating Systems (a,b,c,d,e,f,g,h,i,j,l). The 508 technical standards are available at http://www.section508.gov/. All questions must be submitted in writing to Rafael.taylor@fda.hhs.gov or Jody.O’Kash@fda.hhs.gov no later than Tuesday, September 2, 2008 at 1pm EST. Answers to all questions will be posted as an amendment to the solicitation. Proposals, Technical proposals, and VPAT may be submitted electronically at Rafael.taylor@fda.hhs.gov and/or Jody.O'Kash@fda.hhs.gov no later than Wednesday, September 4, 2008 at 4pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ba775a415495d679ff4546b8e5d28587&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: SOW (Captiva Software Maintenance 22Aug.doc)
Link: https://www.fbo.gov//utils/view?id=244b62cf07451116bc67218709049bd9
Bytes: 42.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01650909-W 20080828/080826223956-ba775a415495d679ff4546b8e5d28587 (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.