Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

D -- Emergency Notification On-Premise Software

Notice Date
7/11/2018
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
PR24524AiirbusDSSoleSource
 
Archive Date
7/31/2018
 
Point of Contact
Thaddeus E Rollins, Phone: 770-488-1971
 
E-Mail Address
tnr6@cdc.gov
(tnr6@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention intends to award a sole source firm fixed price purchase order to Airbus DS Communication for purchase of Emergency Notification On-Premise proprietary software. Airbus DS Communication is the only company that allows end users to create multiple database groups and assign alerting notifications through the CDC Neighborhood and Global Address book mediums. Communicator NXT is the only services on the market currently meeting all the services requirements of the Emergency Operations Center's mass alerting needs. This contract action is for which the Government intends to solicit and negotiate with only one source is under the authority of FAR 13.106-1(b) (SAP) and 10 U.S.C. 2304(c)(1). Other company's product were considered but did not provide the proprietary functions and capabilities of mass alerting via phone/pager/mobile device/fax found in the Communicator NXT service. The Communicator NXT proprietary service provided by the vendor Airbus Defense and Space allows the following critical fiscal activities to be executed in compliance with the *Federal Information Security Management Act (FISMA): Maintenance of CDC SEND alerting system 1. Security patches 2. Hot fixes 3. Critical Software Updates 4. Bug fixes Measure maintenance milestones 1. Yearly - CDC SEND needs to meet 99.9995% uptime. (This would only allow 4 hours of downtime for both production and Disaster Recovery) 2. Monthly -Updates need to be applied within 10 business days Activities to be performed in FY 18 1. Epi-X uses CDC SEND daily to notify Epi-X users security 2. OPHPR uses CDC SEND for CDC global employee notifications 3. DGMQ uses CDC SEND to notify its user global travel monitoring 4. OSAM uses CDC SEND to notify personal in different facilities in emergency situations 5. Validate contact rosters as required *PER the Federal Information Security Management Act (FISMA) and the Office of Management and Budget (OMB), an annual Business Continuity Plan (BCP) should be conducted for each certified and accredited system/application. Section 508 of the Rehabilitation Act (29 USC 794d) Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Provisions (36 CFR part 1194), require that, unless an exception applies, all EIT products and services developed, acquired, maintained, or used by any Federal department or agency permit: (1) Federal employees with disabilities to have access to and use information and data that is comparable to the access and use of information and data by Federal employees who are not individuals with disabilities; and (2) Members of the public with disabilities seeking information or services from a Federal agency to have access to and use of information and data that is comparable to the access and use of information and data by members of the public who are not individuals with disabilities. Accordingly, any vendor submitting a proposal/quotation/bid in response to this solicitation must demonstrate compliance with the established EIT accessibility provisions. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final Provisions can be accessed at http://www.access- board.gov/sec508/provisions.htm. The Section 508 standards applicable to this solicitation are identified in the Statement of Work/Specification/Performance Work Statement. In order to facilitate the Government's evaluation to determine whether EIT products and services proposed meet applicable Section 508 accessibility standards, offerors must prepare an HHS Section 508 Product Assessment Template, in accordance with its completion instructions, and provide a binding statement of conformance. The purpose of the template is to assist HHS acquisition and program officials in determining that EIT products and services proposed support applicable Section 508 accessibility standards. The template allows vendors or developers to self-evaluate their products or services and document in detail how they do or do not conform to a specific Section 508 standard. Instructions for preparing the HHS Section 508 Product Assessment Template may be found at http://508.hhs.gov. Respondents to this solicitation must also provide any additional detailed information necessary for determining applicable Section 508 standards conformance, as well as for documenting EIT products and/or services that are incidental to the project, which would constitute an exception to Section 508 requirements. If a vendor claims its products and/or services, including EIT deliverables such as electronic documents and reports, meet applicable Section 508 standards in its completed HHS Section 508 Product Assessment Template, and it is later determined by the Government - i.e., after award of a contract/order, that products and/or services delivered do not conform to the described accessibility in the Product Assessment Template, remediation of the products and/or services to the level of conformance specified in the vendor's Product Assessment Template will be the responsibility of the Contractor at its expense. The applicable provisions of this solicitation are: 1194.21,.22,.31, and.41. This notice of intent is not a request for competitive quotations; however, all quotations/responses received within fifteen (15) days of the issuance of this notice will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any quotation/response should be emailed to Contracting Officer Thaddeus Rollins at tnr6@cdc.gov by Noon EST 26 July 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/PR24524AiirbusDSSoleSource/listing.html)
 
Place of Performance
Address: CDC Roybal Bldg, Atlanta, Georgia, 30333, United States
Zip Code: 30333
 
Record
SN04988303-W 20180713/180711231554-3d2c68bf1318a2c929ab8c6cec225a74 (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  © 1994-2020, Loren Data Corp.