SOURCES SOUGHT
D--D -- Informatics Support for Drug Discovery and Treatment Research & Development
- Notice Date
- 11/30/2005
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Austin Automation Center, (00D), 1615 Woodward Street, Austin, Texas 78772
- ZIP Code
- 78772
- Solicitation Number
- 200-29-06
- Response Due
- 12/13/2005
- Archive Date
- 1/12/2006
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice for contractor submission of capabilities statements. Contractors shall review this announcement and determine if they have the technical ability to perform the tasks and services described. In addition to the capabilities statements, contractors shall provide as much information as possible about their company to include, location, size, and business type. This is only a sources sought notice; therefore, contractors shall not submit a price proposal. The Department of Veterans Affairs, Austin Automation Center (AAC) will review capabilities statements and determine the need to solicit as full and open competition or to pursue other procurement strategies including a set-aside to a specific socio-economic entity. The contractor shall provide all labor, material, and services required to support the National Institute on Drug Abuse (NIDA) Division of Pharmacotherapies and Medical Consequences of Drug Abuse (DPMC) in the design, development, maintenance and operation of all applications and systems for research and development programs as described in one or more of the following tasks and in compliance with all Federal, DHHS, and NIH Automated Information System security requirements as prescribed by OMB Circular A-130, Appendix III, "Security of Federal Automated Information Systems," and the DHHS Automated Information Systems Security Program (AISSP) Handbook. Specific tasks for this procurement include a Project Management Plan, Applications Life Cycle Support, Clinical Trial Safety Oversight, Clinical Research Management, Clinical Data Repository, Executive Information System (EIS) and Decision Support System (DSS) Development, Informatics System Maintenance and Support, and a Post Award Conference. The contractor shall be responsible for selecting personnel who are well qualified with pertinent education and training to perform the required work, overseeing their performance, and assuring that the quality of services meets the Government expectations. Training for contractor employees, in order to qualify the employee for work to be performed under the contract or to stay current with technology, shall be the responsibility of the contractor and not a direct charge against the contract. However, the Government, with written advance approval, may make exceptions, if the Contracting Officer determines such approval is in the best interest of the Government. The Government shall evaluate contractor performance and deliverables against specific criteria to determine final acceptance and completion of tasks. The North American Industry Classification System (NAICS) Code for this procurement is 541512 with a small business size standard not to exceed $21,000,000. It is anticipated that formal procedures will be followed for this procurement, in accordance with Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation, and a single award will be made for a time and materials contract. Formal solicitation documents will not be available until after review of the capabilities statements and a pre-solicitation notice is issued. The period of performance is one base year and four option years, for a total of five years. The primary place of performance shall be at the contractor?s facility, which must be within the Rockville, MD local commuting area. The contractor shall also attend meetings and perform various tasks during the life of the Contract. Local travel expenses of contractor personnel shall not be the responsibility of the Government. Any reimbursement for travel is subject to prior approval by the COTR (travel to off-site locations will be conducted on a case-by-case basis). Travel required by the Contract shall be authorized by the Contracting Officer and funded by the Government. Travel costs will be paid in accordance with the Federal Acquisition Regulations (FAR) and Federal Travel Regulations (FTR) in effect at the time of the Contract. Capabilities statements shall be received in this office no later than 3:00 pm CST, December 13, 2005. Faxed or telephonic responses will not be considered. One original copy shall be mailed and one electronic response shall be submitted to the following address: Department of Veterans Affairs, Austin Automation Center (ATTN: Valerie Elizondo, M/S 200/00D), 1615 Woodward St., Austin, TX 78772. The point of contact for additional information is Valerie Elizondo, Contracting Officer, (512)326-6121, valeria.elizondo@mail.va.gov.
- Record
- SN00942090-W 20051202/051130211755 (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 |