Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SOURCES SOUGHT

D -- JReview Support - Draft IDIQ SOW JReview

Notice Date
5/20/2015
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-RFI-15-3282
 
Archive Date
6/19/2015
 
Point of Contact
Kathy, Phone: 2404027686
 
E-Mail Address
kathy.harrigan@fda.hhs.gov
(kathy.harrigan@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
JReview Target State Janus Target State FDA SDE FDA Infrastructure FDA CCB EPLC Waterfall EPLC Agile CDER Data Fit CDER Portes Diagram Draft IDIQ SOW Background The purpose of this request for information is to obtain technical and/or business information and input from the marketplace for project planning purposes regarding the availability of existing or potential solutions to service the continued operations & maintenance, integration, enhancement and customer support of the Integrated Clinical Systems JReview software product. Additionally, in accordance with FAR Part 10 Market Research the FDA will use the results of the market research to determine if sources capable of satisfying the agency's requirements exist based on its response to the questions contained in this notice. FDA welcomes responses from all interested parties. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA's use of such information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. However, FDA reserves the right to contact vendors if additional information is required. General Instructions For purposes of the RFI, the capabilities statement shall not exceed 15 pages of text; graphics, tables and diagrams do not count toward the page limit. The document(s) shall be prepared using Times New Roman 12-point font style for printing on 8.5 X 11 inch paper. Each page shall identify the submitting respondent and page number. Page Margins shall be no less than 0.5" on all sides. A complete response to the RFI should include answers to all of the questions below. Please note that a respondent's failure to provide a complete response to a question will be interpreted to mean that it does not understand the question and does not demonstrate the capability to provide services required. Responses should demonstrate capability, not merely affirm the respondent's capability (i.e. the response must go beyond the statement that, "XYZ company can provide O&M support"). All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Responses should be emailed to Kathy Harrigan, Contract Specialist at kathy.harrigan@fda.hhs.gov no later than 12:00 PM (noon) Eastern Time, June 4, 2015. The government anticipates establishing an ordering vehicle to acquire JReview software System Lifecycle Services to maintain and enhance the JReview system in the draft task areas as detailed in the attached draft SOW. Questions 1. Provide a brief corporate profile of your company to include the following: a. Organization's official name and dba name, if applicable; b. Length of time the Organization has been in business; c. Types of services provided by your Organization; d. Types of clients by industry (i.e. Federal, Commercial, Local Government, etc.); e. Whether the Organization is U.S. based or International; f. If the Organization a subsidiary of another Organization; g. DUNS number and CAGE number; h. Organization's website address; i. Main point of contact name, phone number, and email address; j. SBA size designation information and small business concern type (if applicable); k. Number of employees in the organization; l. Organization's most recent annual receipts amount as defined by the SBA. 2. Is the scope of the draft SOW clearly defined? Do you understand what FDA requires? If not, what information needs to be added, changed, and/or reworded in order to clarify the Government's requirements? Please provide the sections and page 3. What is your Organization's experience relevant to the Task Area Requirements described in draft SOW? Please list any Federal Government, State and/or Local Government, and/or Commercial customers for projects that you have worked on that are similar in scope, size, and complexity. For each project identified, please provide the number of base users, the number of systems and applications supported, and the lines of source code developed. What is the estimated dollar value of these projects? 4. Do you have a physical location for your employees to perform the work that will allow your employees to remotely access the FDA networks; and are there physical access controls present? 5. Describe your experience in providing JReview O&M services on large mission-critical projects. Please describe your role and the level of support provided. Did this experience include providing helpdesk or end user support? 6. Describe your experiences with providing end user training for IT applications in the health, research, or regulatory domains (i.e., Webinar, instructor-led classroom based, presentation only, or Computer Based Training). What types of training have you performed? 7. What types of technologies do you have expertise in for the maintenance of large scale systems? This includes web applications, mobile applications, and database systems. 8. Describe your experience with integrating and interfacing with a multitude of systems and applications. What technical challenges did you face and how were they resolved? 9. Describe your experience with integrating JReview Commercial off the Shelf (COTS) to SAS Drug Development repositories, Study Data Tabulation Model (SDTM) data warehouses, or other.xpt format capable clinical and non-clinical study data repositories. 10. Describe your experience in developing hybrid solutions which utilize SharePoint or other COTS solutions for workflow and program document management. 11. For the performance of the types of services detailed in the draft task areas, have you used subcontractors? If so, what type and percentage of work was subcontracted? 12. Name the processes used in your company to manage quality, schedule and budget 13. What resources (i.e. labor categories, skill sets) have you used in your relevant experiences to perform these types of services outlined in the draft SOW? Are the resources for performing the SOW tasks currently available? 14. Describe the qualifications and certifications of the key personnel you have used/would use to fulfill the requirements of the type of work in the draft SOW. 15. Does your organization have an existing GSA schedule for these types of services outlined in the draft SOW? If so, please provide the information. Attachment: Draft IDIQ SOW and it associated documents
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-RFI-15-3282/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN03737487-W 20150522/150520234917-36f3835c8f69f73cd44297e475246e44 (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.