SOURCES SOUGHT
R -- Scientific Computing Support Services - Statement of Work
- Notice Date
- 9/11/2015
- 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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-RFI-1149355
- Archive Date
- 10/10/2015
- Point of Contact
- Richelle P. Wright, Phone: 2404027548, Michael Parsons, Phone: 240-402-2924
- E-Mail Address
-
richelle.wright@fda.hhs.gov, michael.parsons@fda.hhs.gov
(richelle.wright@fda.hhs.gov, michael.parsons@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Scientific Computing Labor Categories Scientific Computing Statement of Work Food and Drug Administration Request for Information For FDA's Scientific Computing Requirements Anticipated Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Summary This Sources Sought / Request for Information (RFI) is issued in support of the anticipated acquisition of the Food and Drug Administration's procurement of services for Scientific Computing Requirements. It is anticipated that this requirement will result in the award of an Indefinite Delivery/ Indefinite Quantity (IDIQ) contract and, based on the responses to this Sources Sought / RFI, the FDA will be able to determine the appropriateness of small business participation. Background This Sources Sought / RFI is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. FDA will use this market research information to assess the market's capability to successfully meet FDA's Scientific Computing Support Services requirements. 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. Acknowledgment 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. FDA reserves the right to contact vendors if additional information is required. The FDA will not take questions about this RFI or SOW. This is not a new requirement as various contractors have provided varying types of scientific computing support to different FDA Centers over the years. The incumbent contractors will NOT be identified. No phone calls will be taken regarding this RFI or SOW. The FDA is requesting comments on the draft SOW from both large and small businesses. Comments from all sized firms are welcome. In addition, the purpose of this Sources Sought / RFI is twofold: first, to determine the acquisition strategy regarding small business participation, and second, to obtain industry comments on the draft Statement of Work (SOW). Through this process, the FDA is requesting the capabilities and past performance of small business contractors interested in providing these services across the FDA. Interested small business contractors including Small Disadvantaged Business, Women-Owned, 8(a)'s, HUBZones, Veteran-Owned, or Service Disabled Veteran-Owned Small Businesses are encouraged to respond. General Instructions A complete response to the RFI should include answers to all of the questions below. Responses should demonstrate capability, not merely affirm the respondent's capability (e.g.: The response must go beyond the statement that, "XYZ company can provide Scientific Computing Support Services."). Instructions for All Businesses: Interested parties are encouraged to submit comments and suggestions related to the draft Statement of Work. Please submit responses in Microsoft Word or PDF format. Information should not exceed ten (10) one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Further instructions for Small Businesses: In addition to comments and suggestions to the draft items listed above, small business respondents shall include the information required in items 1-3 below. Please submit response in Microsoft Word or PDF format. Any company proprietary information must be marked as such. Information should not exceed three (3) one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. This brings the total page limitation for small businesses to thirteen (13) one-sided 8½ x 11 pages (including the ten (10) pages of comments as referenced above). Item 1. Company name, address, telephone number, a point of contact with e-mail address, and Data Universal Numbering System (DUNS) number. Indicate small business size status, if applicable, including status as a Small Disadvantaged Business, 8(a), Woman-Owned, HUBZone, Veteran-Owned, or Service Disabled Veteran-Owned Small Business. Item 2. A summary of the company's past performance providing services of similar size and scope, similar to those identified in the attached Draft Statement of Work during the past three years, including any on-going contracts. Include contracting activities/agencies, contract numbers, contract value, contract period of performance, number of labor hours provided during the period of performance, the number of locations covered by each contract, whether your company served as a prime contractor or subcontractor, and a point of contact at the contracting activity who can verify the information you provided. Item 3. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. Questions to be answered by all Businesses, regardless of size: 1.The Draft SOW describes the high-level task areas under which task orders may be released to obtain specific scientific computing engineering and technical support services. The representative technologies described in the SOW are not comprehensive; they are intended to provide an overall understanding of the depth, breadth, and technical sophistication of the technologies employed by the FDA scientific community and the level of expertise and capabilities sought by the FDA under the anticipated contract. With that in mind, are the task areas and the capabilities required clear? 2.Are there additional complementary task areas that your company would suggest to fully support the FDA's stated objectives? 3.Please note any additional considerations, changes, additions, updates or clarifications your company suggests critical to this procurement. 4.Please provide a short narrative explaining how your company would approach providing the range of highly specialized, highly technical, science-facing IT services to a scientific community. If applicable, describe how the approach has proven successful in past efforts that are similar to this one in size, scope and complexity. 5.What recommended performance and customer satisfaction measures and indicators would give the FDA adequate ability to monitor the quality of the services provided under the anticipated contract? 6.If your company identified any gaps in the task areas in the Draft SOW, please describe any relevant projects where your company provided the service or support identified and what complementary scientific objectives were achieved. 7.FDA activities have had success with Scientific Computing Support models where the personnel assigned have multiple years of Scientific Laboratory experience and/or advanced Scientific Education (BS/MS/PhD). Please review the draft Labor Categories provided in this RFI and comment on what your company deems critical or necessary to successfully execute the support work required in the Draft SOW. Are the labor categories broad enough to cover the technical and scientific support required by the Draft SOW? Would your company suggest others? If so, what are they? 8.FDA has critical field locations - including 19 district offices and 16 field laboratories across the country. NCTR operates from its headquarters in Jefferson, Arkansas. Task orders under this contract may involve either sustained support or on-demand support at some of these locations - or both. Describe your company's approach to addressing requirements and projects outside the National Capital Region. 9.How would your company address divergent task order reporting requirements across FDA Centers? How would your company streamline the information into a single report at the Contract Level? 10.How would your company accommodate simultaneous task orders that require multiple resources with specialized technical capabilities in diverse technologies - both current and emerging? 11.Please provide suggested / appropriate North American Industry Classification System (NAICS) code and rationale. 12.Please provide the following: a.Organization Name b.DUNS Number c.Organization's Website d.Contact Name e.Contact Telephone Number f.Contact E-mail Address g.Business Size Designation h.Number of employees in your organization i.Your organization's current and gross revenue (past year). 13.What contract vehicles would your company suggest in acquiring the services outlined in the Draft SOW (GSA Federal Schedules, Government-wide Acquisition Contract (GWAC), etc.)? Responses should be emailed to Michael Parsons, Contract Specialist at Michael.Parsons@fda.hhs.gov no later than 12:00 PM (noon) Eastern Time, 25 September 2015. Attachments: 1.Draft IDIQ SOW 2.Draft Labor Categories
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1149355/listing.html)
- Place of Performance
- Address: FDA, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN03882540-W 20150913/150911235854-85e9304b7643cad1f3cee404b6e2987d (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 |