Federal Bid

Last Updated on 30 Sep 2008 at 8 AM
Combined Synopsis/Solicitation
Pike New hampshire

Ancillary Consultant

Solicitation ID RFQ102944-1
Posted Date 21 May 2008 at 8 PM
Archive Date 30 Sep 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Clinical Center/Office Of Purchasing & Contracts
Agency Department Of Health And Human Services
Location Pike New hampshire United states
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 RFQ102944-1 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. The National Institutes of Health (NIH) Clinical Center (CC) is a clinical research hospital providing all medical services for patients participating in human research protocols of the NIH. The CC provides patient facilities and services for clinical investigations by the NIH Institutes, research in related areas and supervises residency and other training programs. The Department of Clinical Research Informatics (DCRI) is responsible for processes and systems that directly affect users in the care delivery and research settings. Work focuses on the analysis and evaluation of clinical research informatics needs and requirements, the development of design options that support the work processes of clinical research, and the implementation and management of responsive IT solutions. The DCRI consolidates the planning, development, operations, and maintenance of CC computing activities. The DCRI operates a computer center that provides 24 hours by 7 days a week service to patient units and all hospital departments. All of these service areas engage in administrative, diagnostic, and therapeutic activities. The DCRI operates and manages the Clinical Research Information System (CRIS), a large, real-time computer system managing access to patient records retrievals and workflow. In addition, DCRI is the coordinating point for all Federal Information Processing acquisitions throughout the CC, and is leading several projects involving inter-agency care systems. The DCRI assists in the creation and maintenance of a number of databases for many research purposes. While the policy of the department is to consolidate as much as possible on standardized application and database technologies, a number of PowerBuilder, Web Objects, Perl, Microsoft Active Server Pages, Microsoft .Net and SYBASE applications exist and must be maintained. The NIH Clinical Center Pharmacy Department provides pharmaceutical care and dispenses medications to inpatients and outpatients. Clinical Center pharmacists provide research support to health care providers and investigators. Pharmacy staff members conduct and participate in research programs that enhance knowledge regarding optimal dosing and appropriate use of investigational and commercially available agents. The Pharmacy Department's Pharmaceutical Development Section manages investigational drug inventories through a computerized information system, prepares customized investigational drug products, and assists investigators in filing Investigational New Drug (IND) applications with the FDA. The purpose of this Contract is to engage the services of contract consultant(s) to provide computer system support services for applications and databases as required to maintain the Investigational Drug Management System and related ancillary systems. Scope of Work Task 1: Assessment, Maintenance and Development of existing workgroup Systems. The contractor shall maintain the workgroup systems identified in section 4. Maintenance shall include upgrading, converting, rewriting, testing, developing and documenting functional requirements, system specifications, procedures, routines, data dictionaries, input files, output files, layouts, screens, reports and all other areas commonly associated with standard system maintenance. The contractor shall enhance the workgroup systems identified in section 5 as required. Development shall include pre-project (technical) support, analyzing systems requirements, high level programming design, programming, software build and integration, program testing, support application deployment, support application maintenance and quality control. Task 2: Computer Systems Setup, Configuration and Troubleshooting. The contractor shall set-up and configure all clients and servers of the systems identified in section 4. The contractor shall troubleshoot all networking, operating systems, and application software issues on computer systems identified for operation of the systems. Task 3: Computer System Assessment and Development for other systems. The contractor shall analyze, coordinate, manage, develop, test, install, and maintain other systems as directed by the government. The contractor shall be capable of providing the following services at the request of the government: System assessments, System requirements analysis, System specifications, Interface design, Interface implementation, System design, System development, Report development, System back-up implementation, Documentation development, and Software conversion. Systems Maintenance. The contractor shall maintain the following CC systems: Investigational Drug Management System (IDMS) IDMS data feeds IDMS database Web Objects production and development environments Additional Systems. Additional systems shall be added at the direction of the government. Systems Development. The contractor shall develop additional functionality for the following CC systems as required by the government: Investigational Drug Management System (IDMS) IDMS data feeds IDMS database Additional Systems. Additional systems shall be added at the direction of the government. Key Personnel Key Personnel. Resumes are required for all personnel proposed. The contractor shall propose at least one key person that meets all the requirements of this proposal. The contractor may propose one or more persons that meet the specifications in Section 6. General Experience. All Key contractor personnel shall have 15 or more years of experience successfully performing tasks as stated in the Scope of Work. Hospital Pharmacy Systems Experience. All Key contractor personnel shall have 6 or more years of recent experience successfully performing tasks as stated in the Scope of Work for custom hospital administrative and clinical applications related to the handling of investigational drugs. Specifically, the contractor shall have expert knowledge and experience in the business rules, design, implementation and maintenance of the Investigational Drug Management system. This expertise and knowledge shall be at the technical level and includes, coding, screen layouts, data flow, data model, architecture, and user requirements. This knowledge shall be acquired and demonstrated by actual work performed. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions – Simplified Acquisitions (Other Than Commercial Items); 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 two additional one-year periods. 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. Specific Experience. All contractor personnel shall have 4 or more years of recent experience with each of the following software systems and tools: Sybase Adapative Server Enterprise versions 11, 12 and 15. Erwin Data Modeler, Web Objects, Perl for Solaris, Sun Java development Objective C, Architecture and Design in Large-scale diverse Network Environments, Service-Oriented Architecture experience, User Requirements Definition experience, Business Process Re-engineering experience, Java and J2EE architecture, design, and development experience, JBoss Application Server experience, Web and network protocol familiarity, Microsoft SQL Server development experience, Sybase SQL development experience, PERL scripting, Web and network protocol familiarity, XML familiarity, Microsoft .NET development experience, UNIX familiarity Monthly Status/Progress Report. The contractor shall prepare a monthly status report and forward it to the government by the 28th day of the following month. The format and content shall be specified by the government. The contractor shall produce the following documentation for each of the systems as required and directed by the government: System Assessments Reports, Functional Requirements Documents, System Specifications, Maintenance and User Manuals, and Other documentation as specified Project and Configuration Management Project Management Methodology. The contractor shall develop, maintain, manage, test, implement and deploy all applications in accordance with the current department approved Project Management Methodology. This methodology is attached as Appendix A – Project Management Methodology. Please email [email protected] for a copy of Appendix A. Configuration Management. The contractor shall follow the current department approved Configuration Management Process for all assigned tasks. This process is attached as Appendix B – Configuration Management Process Please email [email protected] for a copy of Appendix B. Period of Performance, Option Years, and Estimated Labor hours This contract shall consist of one base year and two option years. The initial period of performance shall commence on 5/19/2008 and end 5/18/2009 The estimated level of effort for this Task Order is 3,840 hours or (2) Full-Time-Equivalent (FTE) individuals at 2,080 hours per-year. Evaluation Criteria: Proposals shall be evaluated based upon the following criteria: Knowledge and understanding of the requirements and specifications of the current systems in Section 4 – System Maintenance. 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. - System Maintenance (30 points) Knowledge and understanding of the requirements and specifications of the current systems Systems Development. 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. - System Maintenance (10 points) Knowledge and understanding of the government’s Project Management Methodology (5 points) Meeting the Key Personnel – General Experience (10 points) Meeting the Key Personnel – Hospital Experience (20 points) Meeting the Key Personnel – Specific Experience (10 points) Cost - This criteria applies to the overall cost for the requirement. (15 points) Resumes are required for key personnel proposed. Resumes should contain details (length of experience, depth of experience, dates employed and employer) which specifically address the skills and experience contained in the proposal. Section 508 Compliance Section 508 requires that Federal Agencies’ electronic and information technology is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (Accessibility) can be found at: http://www.section508.gov Unless it is an “undue burden” or compliant products or services do not exist, the proposal must comply with Section 508. The contractor should state that they would comply with the requirements of Section 508 or cite a justifiable reason for an exception. If any additional costs for compliance are anticipated, these costs should be identified. For existing systems, the contractor may not be able to identify all costs for compliance if the contractor did not develop that system, but should state that any development performed during the course of this task order will be compliant. Within 30 days of this task award, the contractor should provide a plan for compliance for the system as a whole, including any costs associated with compliance 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. 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 best value to the Government technical and price factors considered. Price will be evaluated on the possibility of project success based on the level of resources (i.e. labor and materials) described in the Offeror’s business proposal. . The contractor shall identify key personnel in the technical proposal. The contractor shall provide complete resumes and proof of work experience as required for the key personnel listed. The anticipated award date for this requirement shall be on 05/19/08. Offers must be submitted no later than 04/26/08 Eastern Standard Time 5:00 p.m. Requests for information concerning this requirement are to be addressed to [email protected]. collect calls will not be accepted. All questions should be emailed only to [email protected] by 04/21/2008. Quotes should be electronically submitted via email only to [email protected].
Bid Protests Not Available

Similar Past Bids

Bethesda Maryland 19 Mar 2008 at 4 AM
Rockville Maryland 06 Aug 2007 at 4 AM
Center Kentucky 20 Sep 2010 at 2 PM
Minneapolis Minnesota 11 Mar 2020 at 4 AM
Coral springs Florida Not Specified