Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOURCES SOUGHT

D -- Empirica Study Software Support - Statement of Work

Notice Date
3/23/2011
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and 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-1085807
 
Archive Date
4/19/2011
 
Point of Contact
Tamara Williams, Phone: 3018277154
 
E-Mail Address
tamara.williams@fda.hhs.gov
(tamara.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work EMPIRICA STUDY/WEB SDM SOFTWARE SUPPORT This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide services for operation and maintenance of the Empirica Study/WebSDM software (application and database) in all three environments (test/training, production, development), 2) to evaluate, determine and execute roll-out strategies for those staff who receive SDTM submissions, 3) evaluate, develop and conduct training, and 4) provide all levels of application support to the end-users. Additionally, due to the non-traditional statistical methodologies being integrated into the software, other objectives include, 5) providing the FDA with the program codes, and full documentation of all non-traditional statistical methodologies and data in order for the FDA to assess and review the methods and codes for their correctness and value to the FDA. In addition to using the WebSDM/Empirica Study software as it is publicly released, FDA may request enhancements to the software. Efforts such as this may require FDA-specific system configuration and/or application re-deployment. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every one separately of the requirements in the attached Statement of Work. The Contractors must satisfy the requirements in the attached Statement of Work. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every one separately of the requirements in the attached Statement of Work. The anticipated period of performance is a base period plus 4 one year option periods. The NAICS Code is 511210. The size standard is $23.0 mil. Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Response must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive numerical evaluation. Include relevant information that demonstrates the company has similar experience in supporting a mid-level, multiple systems interfacing IT application in a highly visible and complex government business environment. Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice (capability statements) shall be limited to ten pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS XXXX (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above) Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. The government is interested in comments on the Statement of Work. Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, OAGS may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. STATEMENT OF WORK COMMENTS SHOULD BE PROVIDED SEPARATELY FROM THE CAPABILITY STATEMENTS. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT AND STATEMENT OF WORK COMMENTS VIA E-MAIL to Tamara Williams at Tamara.Williams@fda.hhs.gov no later than April 4, 2011 12:00 PM Eastern Time for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-1085807/listing.html)
 
Record
SN02407845-W 20110325/110323234756-1f057671954e5e7f42f526a2131ff4ba (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.