Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
SOLICITATION NOTICE

R -- Scientific Computing

Notice Date
4/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
89554
 
Response Due
5/4/2007
 
Archive Date
5/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 RFQ 89554 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. The Government intends to negotiate on a sole source basis with Lired, 5557 Holmes Run Parkway, Alexandria, VA. 22304. The purpose of this Contract is to engage the services of a Contractor to support specific activities in the DCRI Scientific Computing Section (SCS) through the performance of the tasks listed and described below. These tasks are divided into four major categories, namely Hardware, Software, Administrative and Collaboration. This Contract calls for contractor support for certain activities in the DCRI Scientific Computing Section (SCS). A major theme relating to all of these activities is ?multidisciplinary research team data mining.? The notion ?data mining? as used here is intended to convey the idea of using captured biomedical scientific and administrative data to discover new knowledge, to confirm or refute tentative hypotheses, or to suggest new hypotheses worthy of exploring. This is in contrast (but complementary to) the more traditional hypothesis driven model which is typically the hallmark of biomedical research. ?Multidisciplinary research team,? a concept inspired by the NIH Roadmap, suggests a team approach to data mining. Such teams are comprised of biomedical research scientists, computer scientists, statisticians, administrators, technical writers, intellectual property experts, etc. In short, whatever skills needed to achieve rapid, high-quality results from data mining efforts would be assembled to work closely together under this multidisciplinary team model. The Scientific Computing Section (SCS) is a component of the NIH Clinical Center that reports directly to the Chief Information Officer of the NIH Clinical Center. SCS promotes the application of advanced computer science methods to the biomedical sciences. This Statement of Work calls for contractor support for a wide variety of SCS activities. The work described in this Statement of Work will be guided and performed under the auspices of the SCS. There are four major task groups in which work is to be conducted under this Statement of Work. These task groups are referred to as H=HARDWARE, S=SOFTWARE, A=ADMINISTRATIVE, and C=COLLABORATION. All four-task groups span over the entire Statement of Work period (approximately one year) and the subtasks specified under each task group are to be worked on asynchronously, i.e. in a time-parallel multi-tasking fashion. Each of these four major task groups subsumes four subtask classes, which are to be performed in each of four periods where each period runs over an approximate 90 days (quarter year) time span. Thus, the total number of tasks over the entire Contract is sixteen, and the entire Contract will run approximately one year. An overview of the tasks and the timeline is shown in Figure 1. The sub-tasks are defined in a general manner below. It is to be understood that more detailed definitions of these subtasks can only evolve and be made more explicit as work progresses. It is also to be understood that the Contractor will work closely with the Contract Officer to develop more detailed descriptions of the sub-tasks based on the experience and the knowledge gained as work progresses. The four major task groups and their associated sub-tasks are as follows: HARDWARE (H) CRIS Data Warehouse: The Clinical Research Information System (CRIS) has been operational in the NIH Clinical Center since August 2004. The CRIS system is a transactional repository system, meaning that it stores data in perpetuity, but it is designed for by-patient access of clinical information. The CRIS Data Warehouse System provides access capability to patient data. The CRIS Data Warehouse hardware task group referred to here calls for the Contractor to consult with other DCRI representatives who are directly responsible for supporting the facilities to access CRIS data. It will be the Contractor?s responsibility to clearly communicate with these DCRI representatives concerning the CRIS data acquisition needs of the clinical protocol researchers engaged in data mining collaboration projects with the SCS and in working with these representatives, make the necessary data available in a hardware setting in which it may be processed with appropriate application software.. DLM Data Warehouse: The NIH Clinical Center Department of Laboratory Medicine (DLM) uses a server developed in 2004 by SCS to capture, preserve, and run quality control and error reduction software on data emanating from certain laboratory instruments in the DLM environment. This server serendipitously also serves as a data warehouse. This DLM Data Warehouse hardware task group calls for on-going maintenance and use of this server as a data warehouse for extracting data used in clinical data mining projects including on-going laboratory instrument quality control and laboratory error reduction projects as well as data visualization projects conducted collaboratively among members of DLM and SCS. General Hardware Support: This hardware task group refers to building, maintaining, and using additional hardware systems for a variety of general support services for SCS and the NIH Biomedical Computing Interest Group (BCIG). Such services include but are not limited to installation and maintenance of data and application servers. Web Site Development and Maintenance: This hardware task group calls for support in all aspects of web site development and maintenance, particularly the NIH Biomedical Computing Interest Group (BCIG) web site. Such services include but are not limited to all aspects of multi-media presentations, webcasting, podcasting and blogging. SOFTWARE (S) Software Search, Identification and Evaluation: This software task group calls for continuous monitoring of available software appropriate for use in the SCS. All resources are to be considered including industry, and open source. Assessing the potential utility of discovered software to fulfill the objectives of the SCS is also called for here. Specific recommendations for in-house software development when called for are also expected within this task group. Software Acquisition and Implementation: This software task group calls for support in the acquisition and implementation of appropriate software that will be used in SCS hosted data mining projects. Data Acquisition and Preparation: This software task group calls for acquiring and preparing data for data mining purposes. Data will be acquired from multiple sources such as the servers mentioned under ?Hardware? above as well as other servers, databases and from spreadsheet files provided by SCS collaborators. Software Design and Development: This software task group calls for support in the design, development and implementation of system and application software. It is expected that the Contractor will work closely with the Contract Officer and others in extreme programming fashion to produce this software. ADMINISTRATIVE (A) Strategic Planning: This administrative task group requires the Contractor to assist in the overall administrative, strategic, and operational plans for the SCS. Communication: This administrative task group calls for advertising the SCS to potential collaborators by planning and announcing services and user focus group sessions arranged according to common computational needs. Documentation: This administrative task group calls for documenting all significant work performed under this Contract. Publication: This administrative task group calls for Contractor participation in the preparation of scientific and technical papers relating to both the computer science and biomedical science aspects of work accomplished under this Contract. . COLLABORATION (C) Collaborator Recruitment: This collaboration task group calls for the Contractor to actively engage in recruiting collaborators to participate in the SCS data mining collaborations. Domain Understanding: This collaboration task group calls for the contractor to study and understand the nature of the SCS collaborators? research. Data Understanding: This collaboration task group requires the Contractor to understand in detail the scientific nature and meaning of the SCS collaborators? data. Training: This collaboration task group calls for demonstrating and training biomedical researchers using the computational tools promoted by the SCS. QUARTERLY TASKS 1st Quarter Tasks: Task H1. HARDWARE H11 CRIS Data Warehouse H12 DLM Data Warehouse H13 Auxiliary Servers H14 Web Site Development and Maintenance Task S1. SOFTWARE S11 Software Search, Identification and Evaluation S12 Software Acquisition and Implementation S13 Data Acquisition and Preparation S14 Software Design and Development Task A1. ADMINISTRATIVE A11 Strategic Planning A12 Communication A13 Documentation A14 Publication Task C1. COLLABORATION C11 Collaborator Recruitment C12 Domain Understanding C13 Data Understanding C14 Training 2nd Quarter Tasks Task H2. HARDWARE H21 CRIS Data Warehouse H22 DLM Data Warehouse H23 Auxiliary Servers H24 Web Site Development and Maintenance Task S2. SOFTWARE S21 Software Search, Identification and Evaluation S22 Software Acquisition and Implementation S23 Data Acquisition and Preparation S24 Software Design and Development Task A2. ADMINISTRATIVE A21 Strategic Planning A22 Communication A23 Documentation A24 Publication Task C2. COLLABORATION C21 Collaborator Recruitment C22 Domain Understanding C23 Data Understanding C24 Training 3rd Quarter Tasks Task H3. HARDWARE H31 CRIS Data Warehouse H32 DLM Data Warehouse H33 Auxiliary Servers H34 Web Site Development and Maintenance Task S3. SOFTWARE S31 Software Search, Identification and Evaluation S32 Software Acquisition and Implementation S33 Data Acquisition and Preparation S34 Software Design and Development Task A3. ADMINISTRATIVE A31 Strategic Planning A32 Communication A33 Documentation A34 Publication Task C3. COLLABORATION C31 Collaborator Recruitment C32 Domain Understanding C33 Data Understanding C34 Training 4th Quarter Tasks Task H4. HARDWARE H41 CRIS Data Warehouse H42 DLM Data Warehouse H43 Auxiliary Servers H44 Web Site Development and Maintenance Task S4. SOFTWARE S41 Software Search, Identification and Evaluation S42 Software Acquisition and Implementation S43 Data Acquisition and Preparation S44 Software Design and Development Task A4. ADMINISTRATIVE A41 Strategic Planning A42 Communication A43 Documentation A44 Publication Task C4. COLLABORATION C41 Collaborator Recruitment C42 Domain Understanding C43 Data Understanding C44 Training Contract Deliverables The Contract deliverable is as follows: See Figure 1 Please email Andrea McGee amcgee@cc.nih.gov for Figure 1. Deliverable 1: Completion of the first quarter tasks Deliverable 2: Completion of the second quarter tasks Deliverable 3: Completion of the third quarter tasks Deliverable 4: Completion of the fourth quarter tasks Program Management and Control Requirements The Contractor will meet initially with the Project Officer to review the project objectives and timeline for completion of the proposed deliverables. The Contractor will meet no less than once per month with the Project Officer to review progress and resolve problems that might occur. Reporting Requirements The Contractor is expected to provide bi-weekly oral reports at meetings with the Project Officer. In addition, the Contractor is expected to provide brief informal monthly written status reports to the Project Officer. The verbal and written reports will describe the status of all tasks associated with deliverables. Level of Effort The estimated level of effort for this Task Order is 2,880 hours or (1) Full-Time-Equivalent (FTE) individuals at 1,920 hours per-year (see the Estimated Labor Hour Totals for the Task Order). The Estimated Labor Hour Totals for the Task Order Table and its content should be used to generate cost estimates provided by the Offeror and does not reflect the actual hours or labor categories required to accommodate this Task Order. As many as four (4) 12-month optional extension periods may be required to complete the work described in this SOW. It is also possible that the project will expand over time thus requiring the Offeror to provide the additional qualified personnel with skills compatible with the tasks describes in this SOW. Accordingly the Offeror is required to provide a plan which includes cost projections for future years of effort. as well as capability to provide additional staff should additional staff be required in the future. 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. Government Provided Facilities The Government will provide the Contractor with the necessary facilities to support task completion, including office work space, desktop computers and necessary, software and network services. 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. Evaluation Criteria The Government shall evaluate the technical and cost proposals and an award shall be made using Best Value award criteria. The contractor?s technical proposal will be evaluated based upon the following technical criteria. These criteria are listed in order of relative importance. Past performance: This refers to 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. (35%) ? Experience of proposed individuals: 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 Statement of Work. This item refers to ?Experience and Skills? listed under each subtask and in those past performance references cited. (35%) ? Cost: This applies to overall costs. (20%) ? Technical and managerial approach: This refers to the manner in which the contractor proposes to provide the support required. (10%) 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 four 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 an 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. Place of Performance The primary place of performance will be: National Institutes of Health 9000 Rockville Pike Bldg 10 Bethesda, MD 20892 Period of Performance Base Period of (1 Year) with 4 (one-year) options Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than May 4, 2007Eastern Standard Time 5:00 p.m. 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 best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before May 14, 2007. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than April 27, 2007. Collect calls will not be accepted. No Phone Calls Please.
 
Place of Performance
Address: 9000 Rockville Pike, Bldg. 10, Bethesada, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01274119-W 20070418/070416220309 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.