SOLICITATION NOTICE
D -- Web Based Data Research System
- Notice Date
- 3/9/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, (662/90C), 4150 Clement Street, San Francisco, California 94121
- ZIP Code
- 94121
- Solicitation Number
- 261-0072-04
- Response Due
- 3/19/2004
- Archive Date
- 4/18/2004
- Point of Contact
- Contracting Officer - John Gregorio, Contracting Officer, Ph:(925)250-4391, Fx:(925)372-2044
- E-Mail Address
-
John Gregorio
(john.gregorio2@med.va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price contract for a Web Based Research Data System for the VA Medical Center, San Francisco, CA (SFVAMC). The contract period is April 1, 2004 through March 31, 2005. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-20. This solicitation is a Total Small Business Set-Aside. NAICS: 541519. Size: $21.0 million. Statement of Work: The contractor shall provide one software engineer to assist in the development and implementation of web based data processing services for the Research Department at the SFVAMC. The project entails joining an Information Technology Team of the University of California at San Francisco (UCSF), Office of Research in the further development of a new paperless/web-based IRB/IACUC system that shall result in an automated compliance process, then carrying the implementation and deployment to the SFVAMC. The contractor shall work under the direction of the UCSF Project Leader. The project is currently underway, and the project flow, strategies and software and hardware tools to be used have been determined. The contractor shall provide initial training in the use of the system to SFVAMC Staff. The final product is a functioning system at the SFVAMC. Knowledge of the VAMC IT System is preferred, but is not required. Knowledge of medical and scientific research terminology is a desired attribute. The contractor shall have experience with SQL databases in general, and MS SQL Server database in particular, query construction, and the ability to program in various languages including but not limited to SQLXML, XML, HTML, ASP.Net and VB.NET. The contractor shall have the ability to work in a collaborative team environment with a dedicated project team. The contractor shall utilize a senior level of knowledge of project structuring, documentation, and development in suppport of strategic initiatives for a large scale, campus-wide research administrative applications. The contractor shall work with the project team to define and resolve design issues. The contractor shall work with analysts to create design and resolve design issues. The contractor shall communicate with other technical staff and team members to bring about the timely resolution of issues. The contractor shall maintain a detailed understanding of information service level agreements. The estimated number of users and total user base is 400-600 total with probably only 5-10 users on line at any given time, but with peaks of 40-50. User roles are research lab end users, compliance officers and other administrative personnel. The data is currently being collected in both databases and hardcopy. The volume of data is essentially unknown, but is estimated at many thousands per year. The estimated number of hours on the job is 100, but may vary due to project needs. The offeror may submit recommended hours in their proposal for consideration. The contractor personnel must be able to work on-site at the SFVAMC with possible work/meetings at UCSF. The personnel shall have a resident status (Green Card). Contract Security Requirements will be found in the attachment to this solicitation. This is a commercial items procurement. Clauses and provisions in full are in the attachment as indicated in this announcement. The contract incorporates one or more clauses/provisions by reference with the same force and effect as if given in full text. A copy of all clauses may be accessed for the Federal Acquisition Regulations at http://www.arnet.gov/far and for the VA Acquisition Regulations at http://www.va.govoa&mm/vaar/ They are also available by contacting the Contracting Officer. 52.212-1 Instructions to Offerors (Commercial Items) (Jan 2004) applies. The following addendum to 52.212-1 apply: a. Responsibility of Offerors: Responsibility determinations will be made in accordance with FAR 9.1, Responsible Prospective Customers. b. Preparation of Offers: The DAV will not pay any costs incurred in preparation and submission of proposals. c. Method of Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award one, multiple, or no contracts, as it deems in the best interest of the Government. d. The following provisions apply: 52.233-2 Service of Protest (see attachment), 852-233-70 Protest Content (Jan 1998), 852-233-71 Alternate Protest Procedure (Jan 1998) and 852. 270-1 Representative of the Contracting Officer (April 1984). 52.212-2 Evaluation- Commercial Item (Jan 1999) applies (see attachment for evaluation factors and other information). 52.212-3 Representations and Certifications - Commercial Items (Jan 2004) applies. (See attachment for full clause.) This clause must be completed in full and submitted with the offer. 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003) applies including this addendum: The following cluases apply: 52-204-7 Central Contractor Registration (Oct 2003), 52.224-1 Privacy Act Notification (April 1984), 52-224-2 Privacy Act (April 1984), 52.228-5 Insurance -Work on a Government Installation (Jan 1997), 52.216-21 Requirements (Oct 1995), 52. 217-8 Option to Extend Services (Nov 1999), 52. 232-19 Availability of Funds for the Next Fiscal Year (April 1984), 852-237-70 Contractor Responsibilities (Apr 1984) and 852.270-4. The following cluases are provided in full in the attachment: 52.212-18 Ordering (Oct 1995), 52.216-19 Order Limitations (Oct 1995), 852-216-70 Estimated quantities for requirements contracts (Apr 1984). 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Ordes -Commercial Items (Jan 2004) applies. The following clauses apply: 52.203-6 Restriction on Subcontractor Sales to the Government (Jul 1995), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Bussiness Concerns (Jan 1999), 52.212-6 Notice of Total Small Business Set-Aside (June 2003), 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.219-25 Small Business Participation Program-Disadvantaged Status and Reporting (Oct 1999), 52.219-25 Small Disadvantaged Business Participation Program -Incentive Subcontracting (Oct 2000), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52-222-26 Equal Opportunity (April 2002)52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-27 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001)52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003),52.222-41 Service Contract Act of 1965, as Amended (May 1989), and 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) Wage Determination is attached. The offer due date is March 19, 2003 at 3:30pm PST. Offers shall be sent to: VA Northern California Health Care System, 150 Muir Road, Martinez, CA 94553, Attn: John Gregorio (90-CCA). All questions MUST be in writing and sent to the above address, emailed to John.Gregorio2@med.va.gov or faxed to 925/ 372-2044. No telephone calls for questions will be returned/accepted. Web based offers will not be accepted.
- Web Link
-
RFQ 261-0072-04
(http://www.eps.gov/spg/VA/SanFVAMC/VAMCCO80220/261-0072-04/listing.html)
- Place of Performance
- Address: 4150 Clement Street, San Francisco
- Zip Code: 94121
- Country: United States
- Zip Code: 94121
- Record
- SN00540961-F 20040311/040309230754 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |