Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
MODIFICATION

D -- Agency for Health Care and Quality Applications Development, Support, Operations and Maintenance - Amendment 1

Notice Date
9/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Agency for Healthcare Research and Quality, Contracts Management, 540 Gaither Road, Rockville, Maryland, 20850
 
ZIP Code
20850
 
Solicitation Number
AHRQ-2009-10023
 
Archive Date
3/31/2010
 
Point of Contact
Kathy Espenshade, Phone: (301) 427-1788, Mary B Haines, Phone: 301 427-1786
 
E-Mail Address
Kathryn.Espenshade@ahrq.hhs.gov, mary.haines@ahrq.hhs.gov
(Kathryn.Espenshade@ahrq.hhs.gov, mary.haines@ahrq.hhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
List of Questions and Answers for RFP- complete/amended The Agency for Health Care Research and Quality (AHRQ), of the U.S. Department of Health and Human Services (HHS) is soliciting proposals from service-disabled veteran owned small businesses that can provide applications development and related support services. The AHRQ is seeking proposals from qualified service-disabled veteran-owned small businesses, under the Noth American Industry Classification (NAIC) Code 541511. The services include agency systems and business operation support, configuaration management, mobile development, and related activities. AHRQ anticipates awarding one contract under this RFP to a qualified service-disabled veteran owned small business. This solicitation and any documents relating to this requirement will only be available by downloading from the Internet through www.fedbizopps.gov or through the AHRQ website, at www.ahrq.gov. Offerors are responsible to monitor these sites for any subsequent amendments. The proposed award is for the support of agency system and applications development requirements and the continued adoption and implementation of both department (HHS) and agency technology standards. The expectation of this agency is that this contract will facilitate access to a cadre of personnel with the requisite experience and skillsto plan and implement new requirements utilizing standardized industry processes, frameworks and models including the IBM Rational Framework and Earned Value reporting. The contractor shall provide support in the following general areas: project management, Capability Maturity Model Integration (CMMI), process improvement, business analysis, systems analysis, system design, software development, application operations and maintenance, testing and development of complex technologies into the existing IT environment. The contractor will be responsible for supporting existing agency system and application requirements. A critical factor in this support is the ability to manage and maintain the agency's ORACLE 10g database infrastructure and related commercial off-the-shelf (COTS) products currently employed by AHRQ. The contractor will be responsible for software component integration and working directly with third-party component vendors to successfully implement COTS solutions. In addition, the contractor is expected to provide technical support for these systems while addressing new development activities as they arise. The following technical standards are currently followed: * Database Standard - Oracle 10, SQL Server 2005 (niche); *Network - Microsoft Activity Directory; *Desktop - XP Professional, Apple OSX 10.5 - Leopard; *Servers - Microsoft Windows Server 2003, Mainly Compaq/HP systems with EMC Clarion Storage Area Network; *Application Server Platforms - Macromedia ColdFusion MX7, Oracle Application Server 10g (OC4J), Oracle E-Business Suite 11.5, Appian BPM Suite, Ektron CMS400.Net, Resource Scheduler, Internet Information Services (IIS) 6.0; *Application Development Languages - Java, J2EE, J2ME, Macromedia ColdFusion (CFML), Microsoft Active Server Pages (ASP).Net; *Application Development Methodology - Rational Unified Process (RUP). Capability Maturity Model Integration (CCMI); *Application Development Tools --- Oracle JDeveloper, Microsoft Visual Studio, IBM Eclipse, Borland JBuilder, Code Warrior, XCode 3.1.2, Interface Builder 3.1.2., iPhone Simulator 2.2, iPhone SDK, TortoiseSVN, InstallShield, Adobe Creeative Suite 3 (CS3), Subversion 1.4+, IBM Rational Enterprise Suite (ClearCase, ClearQuest, Rose, Test Manager, etc.), MS Project; *Automateed Testing Tools - Apache JMETER, IBM Rational Test Manager, Watchfire WebXM Watchfire ASE, OpenSTA. The current System Development Life Cycle (SDLC) employed by AHRQ is based upon CMMI principles and procedures, the Rational Unified Process (RUP) development methodology,and AHRQ's commitment to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d). The contractor will be responsible for development of new applications systems, and the maintenance and/or enhancement of existing application systems in accordance with AHRQ's SDLC methodology. The contractor will also be required to support all internal development efforts and provide the facility for housing software and documentation for all AHRQ sponsored systems and applications regardless of where the system or application is hosted. This includes the management and administration of of the Rational Enterprise Suite as well as end-user support for these products. In addditiona, the contractor will provide application maintenance, support and operations for AHRQ's internal systems and assist with configuaration and infrastrucure support for other contractor applications housed at AHRQ on an as needed basis. Offerors must have extensive experience with application development and similar programs. They must possess, or be able to obtain experience staff needed to expeditiously carry out the different types of activities required by the solicitation. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-09-11 15:25:13">Sep 11, 2009 3:25 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-18 16:48:59">Sep 18, 2009 4:48 pm Track Changes Ref: RFP AHRQ-09-10023 Amendment 003 September 16, 2009 The purpose of this amendment is to address the following 4 items:: 1 - remove the requirement for a current GSA schedule, 2 - revise the answers to numerous questions included in amendments 001 and 002 which referenced the prior requirement for a current GSA schedule, 3 - respond to additional questions which were received timely however misdirected, and 4 - extend the due date of the RFP based upon the changes. After further consideration of the requirement for a current GSA schedule, the Government has decided to remove this requirement. The description has been modified to reflect the deletion of the requirement for a current GSA schedule. As stated above, this decision impacts previous responses to various questions. For clarity purposes, all questions and answers are restated in the attachment to this amendment 0003 and any revised questions are reflected as amended. Please note that the date for receipt of proposals is now extended until October 14th, 2009 at 12:00 ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/AHRQ/DCM/AHRQ-2009-10023/listing.html)
 
Place of Performance
Address: 540 Gaither Road, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN01961158-W 20090920/090919000620-0e5890b42fbddc7c3f17020bf0b924c2 (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.