Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
MODIFICATION

R -- Web Applications Manager

Notice Date
5/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ175784
 
Archive Date
6/9/2010
 
Point of Contact
Andrea L. McGee, Phone: 3015945918
 
E-Mail Address
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION HAS BEEN MODIFIED TO INCLUDE THE FOLLOWING: “This requirement is minimal and not a full-time position. The estimated hours required per week vary (some weeks of the year it may be 40 hours, many weeks it will be 0 hours). The contractor will provide minimal ongoing maintenance to the current (already fully developed) applications throughout the course of the year. The contractor will also make minor adjustments/edits to the current (already fully developed) applications on an as needed basis. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ175784 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. Background The Clinical Center (CC) is a clinical research hospital providing all medical services for patients participating in human research protocols of the National Institutes of Health (NIH). It is one of 27 institutes and centers that make up NIH. Through clinical research, physician-investigators translate laboratory discoveries into better treatments, therapies and interventions to improve the nation's health. The CC provides patient facilities and services for clinical investigations by the NIH Institutes, research in related clinical areas and supervises residency and training programs.. The Office of Clinical Research Training and Medical Education (OCRTME) develops, administers, and evaluates a comprehensive portfolio of clinical research training and medical education initiatives. The Office centralizes many of the existing research training and medical education functions and emphasizes the NIH commitment to developing a cadre of well-trained and highly skilled clinician-scientists. These include programs for medical and dental students, residents and fellows, and the full range of health-care professionals engaged in the clinical and research missions of the NIH and the Clinical Center. OCRTME maintains web-based applications that are on-line and available to the public through links on OCRTME’s website. These applications gather information on applicants interested in participating in programs administered by OCRTME. They track the personal, qualifying and reference information for each of the program’s candidates. Applications are submitted electronically by the interested candidates and assigned to a reviewer electronically. NIH staff review and rate the applications to determine finalists for clinical training programs The four current web-based applications are: •The Clinical Electives Program (CEP) •The Graduate Medical Education (GME) •The Clinical Research Training Program (CRTP) •The Resident Electives Program (REP) These programs accept applications on both a rolling basis and a defined application cycle. The estimated number of annual applications for all 4 programs is 550. Capabilities include, but are not limited to, the ability for applicants to upload, delete and manage their supporting documents, personal statements, biographical information, academic information, coursework, CVs and resumes and letters of recommendation. The web-based applications provide program administrators the ability to search, sort and edit applications by several fields including, but not limited to, name, school, keyword, city, state, zip code, application status, application submission date. Objective The objective of this Statement of Work is to provide the OCRTME with information technology support services to maintain, support and enhance the four existing web-base applications: CEP, GME, CRTP, and REP. This shall include upgrading, fixing, converting, rewriting, testing, developing software; documenting functional requirements, system specifications, procedures, routines, data dictionaries, input files, output files, layouts, screens, and reports; performing system assessments, system requirements analysis, system specifications, interface design, interface implementation, system design, system development, and report development Scope of Work The Contractor shall be familiar with the four existing OCRTME web-base applications (CEP, GME, CRTP, and REP) and the Microsoft.Net design environment. The Contractor shall provide support, maintenance and enhancements that includes, but is not limited to: •Repair of any bugs or defects in the application; •Monitoring of the application to determine and maintain continued functionality; •Provide user support specific to the use and functionality of the application beyond what is provided by DCRI user support staff; •Ensure that system components are upgraded in a timely manner; •Provide an evaluation and analysis of each system; •Develop detailed system documentation •Improve user interaction •Improve reporting •Enhancing the applications with new functionality Common tasks include: •Changing email text •Adding additional CC/BCC email to the list •Changing application text •Deleting coordinator accounts that are no longer valid/needed •Creating new administrator accounts •Helping with login issues, if any arise •Provide data extracts as needed •Provide support in emergency situations •Provide routine reminders/training about admin features that already exist All projects will be managed using the Department of Clinical Research Informatics Project Management Methodology which is defined in the attached document. The contractor shall follow the DCRI Configuration Management Process, which is defined in the attached document On Call/On Site Maintenance The contractor shall provide a help desk function available at the contractors site via telephone during the Principal Period of Maintenance (PPM) which shall be Monday through Friday 8AM to 5PM excluding authorized government holidays. The Government reserves the right to change the PPM upon 60 days written notice. Any changes in the cost due to the change in the PPM shall be subject to mutual agreement. All calls to the contractor point of contact shall be logged on a Problem Log and categorized, at a minimum, as follows: •Questions •Future enhancement/update request •Production System Problem with a manual workaround •Production System Problem with system degraded, i.e., Government agrees major portions of system are usable and mission workload can continue •Production System Problem with system down The Contractor shall respond by phone with an appropriate technically qualified person within one (1) hour of the Government's request for service. The Contractor shall respond to a Production System Problem (hardware or software) with appropriate technically qualified person within one (1) hour of the time the Government contacts the Contractor’s point of contact. The Contractor shall provide on site problem resolution at no additional costs if deemed necessary by the Government. Software related problems not resulting in Production System Problem, shall be responded to by the Contractor within four (4) hours. Should the Government require maintenance service for such problems outside the designated PPM or on site, the Contractor shall respond with an appropriately qualified representative within twenty-four (24) hours. See Attachment 4 for Problem Severity Table Summary of Problem Severity and Response Times The Contractor shall provide the option to access the system remotely to review and repair system malfunctions. Such remote services shall be done in a fashion to maintain the security of the system and the integrity and confidentiality of the patient information and shall adhere to NIH security procedures. The Contractor shall provide follow-up with written Malfunction Reports, as described Monthly Status Report, on all problem calls submitted by the Government, including acknowledgement of receipt and preliminary response to non-Production System Problems within one week of the call. The Contractor shall provide an escalation procedure to address Production System Problems not corrected within forty-eight (48) hours of a maintenance call. The procedure shall provide for a response from an executive representative of the Contractor to a phone call from the NIH Project Officer. The call shall develop a mutually agreeable plan and timeframe for Contractor’s plans to correct the malfunction and shall be followed by a written report within one day of the call. In the event that such malfunction is not corrected in the mutually agreed timeframe, an appropriately qualified representative shall be dispatched to the Government site and remain at the Government site until such matters have been resolved, at no additional cost to the Government. Documentation The contractor shall provide technical requirements and documentation of all code written as well as all documentation required by the DCRI Project Management Methodology and DCRI Configuration Management Process. Monthly Status Report The contractor shall provide written status reports at the beginning of each month summarizing: •All key activities that were completed or in progress during the preceding month which includes a breakdown of hours spent per labor category on each of the key activities. •A section summarizing the work planned for the current month. •A reconciliation of last month’s actual key activities against the planned activities for the last month. •All system malfunctions and their resolution during the previous month. Key Personnel The contractor shall propose a minimum of two persons capable of successfully performing tasks as stated in the Scope of Work. The contractor shall designate at least one person as a key person. The key person shall be assigned to this contract and shall not be change without the government’s approval. All contractor personnel shall have 6 or more years of experience successfully performing tasks as stated in the Scope of Work. All contractor personnel shall have 4 or more years of recent experience with each of the following software systems and tools: Sybase Adaptive Server Enterprise, Microsoft SQL Server, Microsoft.Net framework Level of Effort The estimated level of effort for this Task Order is 260 hours. Period of Performance The period of performance for this task order is twelve (12) months with one (1) twelve (12) month option. Attachments 1.Appendix A – PMO Methodology 2.Appendix B – Configuration Management Process 3.General Security Policy 4. Problem Severity Table Section 508 Compliance Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) is applicable to this Statement of Work (SOW). The Department of Health and Human Services (HHS) requires compliance with Section 508 of any contractor or consultant who (1) produces content in any format that could be placed on a Department-owned or Department-funded Web site; or (2) writes, creates or produces any communications materials intended for public or internal use; to include reports, documents, charts, posters, presentations (such as Microsoft PowerPoint) or video material that could be placed on a Department-owned or Department-funded Web site. Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) requires Federal agencies to purchase electronic and information technologies (EIT) that meet specific accessibility standards. This law helps to ensure that federal employees with disabilities have access to, and use of, the information and data they need to do their jobs. Furthermore, this law ensures that members of the public with disabilities have the ability to access government information and services. There are three regulations addressing the requirements detailed in Section 508. The Section 508 technical and functional standards are codified at 36 CFR Part 1194 and may be accessed through the Access Board’s Web site at http://www.access-board.gov. The second regulation issued to implement Section 508 is the Federal Acquisition Regulation (FAR). FAR Part 39.2 requires that agency acquisitions of Electronic and Information Technology (EIT) comply with the Access Board’s standards. The entire FAR is found at Chapter 1 of the Code of Federal Register (CFR) Title 48, located at http://www.acquisition.gov. The FAR rule implementing Section 508 can be found at http://www.section508.gov. The third applicable regulation is the HHS Acquisition Regulation (HHSAR). Regardless of format, all Web content or communications materials produced for publication on or delivery via HHS Web sites - including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content intended for use on an HHS-funded or HHS-managed Web site must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents below. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the SOW or PWS, shall be the responsibility of the contractor or consultant retained to produce the Web-suitable content or communications material. The contractor is responsible for ensuring compliance with Section 508 of the Rehabilitation Act of 1973 by evaluating all web pages and web-based applications to ensure they meet all standards prior to going to production. All of these Section 508 provisions apply to all content or communications material identified in this SOW. References: HHS Policy for Section 508 Electronic and Information Technology (E&IT) (January 2005): http://www.hhs.gov/od/Final_Section_508_Policy.html HHS Section 508 Web site: http://508.hhs.gov/ HHS ASPA Web Communications Division Web site: http://www.hhs.gov/web/policies/index.html US General Services Administration (GSA) Section 508 Web site: http://www.section508.gov/index.cfm Security Any personal data collected and/or used under this contract is subject to the Privacy Act Clause (FAR 52.224-2). The Contractor will use any Privacy Act information provided by the Government or other Government contractors for the purposes authorized by this contract only and for no other. The Contractor will not provide the information to any other person or entity, unless explicitly directed. Each person providing service under this proposal will be required to sign a document of understanding stating that he/she understands and will comply with Privacy Act requirements. Evaluation Criteria The Government shall evaluate the technical and cost proposals and an award shall be made using Best Value award criteria. The contractor’s technical proposal will be evaluated based upon the following technical criteria. These criteria are listed in order of relative importance. •Past performance - This item refers to the contractor’s performance of similar tasks in previous contract efforts. These contracts must be completed within the past three (3) years or currently in progress for services similar to the requirements of this statement of work. (25%) •Staff Qualifications/Experience and Management - The individual’s resume should contain details (length of experience, depth of experience, dates employed and employer) which specifically address the skills and experience contained in the Statement of Work. This item refers to “Experience and Skills” listed under each subtask and in those past performance references cited. (25%) •Technical and management approach - This item refers to the manner in which the contractors propose to provide the support required and their familiarity with the applications (25%) •Cost - This criteria applies to the overall cost for the requirement. (25%) The following provisions and clauses apply: Provision Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 12 months with option to renew an additional one-year period. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than _5/25/2010 Eastern Standard Time 11:59 p.m. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _7/30/2010. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _5/17/2010. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ175784/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02149096-W 20100515/100513235438-d18985927c70375b55efdeb07c7036a2 (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.