SOLICITATION NOTICE
R -- Programmers
- Notice Date
- 8/6/2007
- 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
- Reference-Number-RFQ92255
- Response Due
- 8/21/2007
- Archive Date
- 9/5/2007
- Point of Contact
- Andrea McGee, Purchasing Agent, Phone 301-402-0735, Fax 301-402-0479, - Dianna Snowden, Contracting Officer, Phone 301-594-5917, Fax 301-504-5920,
- E-Mail Address
-
andrea_mcgee@nih.gov, dianna_snowden@nih.gov
- 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 92255 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 541511. The purpose of this Contract is to engage the services of a Contractor to support the DCRI Scientific Computing Section. PROJECT TITLE CRIS Data Mart Development and Implementation BACKGROUND The mission of the Department of Clinical Research Informatics (DCRI) is to guide the appropriate use of information technology to enhance clinical research, patient care, and hospital management. DCRI is responsible for the infrastructure that supports the technology for all mainframe, client-server, desktop computers and its accompanying application management/development, database information. DCRI provides technical advice and supports the NIH/CC and the new Clinical Research Center (CRC) through the operations, development and management of administrative and business software applications while supporting as many as 4, 500 users. Currently, DCRI supports a Clinical Research Informatics System (CRIS) which is the electronic health record for all patients receiving treatment at the NIH Clinical Center. There are plans for a full data warehouse as part of phase 2 of the CRIS project. The goal of the CRIS Data Mart is to provide a copy of the CRIS transactional database to allow access for data queries as an interim step to the data warehouse. The queries would be for a single patient or aggregate data. This project focuses on the analysis of the functional need, the development of design options that support the work processes, and the development, testing and implementation of the option chosen along with documentation to support the maintenance and support. OBJECTIVES The objective of this Statement of Work (SOW) is to obtain a Contractor to assist DCRI in the development and implementation of the CRIS Data Mart to support DCRI?s operations and user support mission. These services include, but are not limited to, requirements documentation, application development and system implementation. STATEMENT OF WORK (SOW) In order to provide data to the Institutes from the Clinical Research Information System (CRIS) there is a need to create a Clinical Data Mart. The CRIS Clinical Data Mart will contain the data from the current MIS Data Mart and as well as the new data from the CRIS electronic health records. This procurement is for the CRIS Clinical Data Mart. A backup of the CRIS transactional database is done each night. The plan is to restore a copy of this backup for use with the CRIS Data Mart. SPECIFIC TASKS In support of this Statement of Work for the requirements outlined above, the Contractor shall perform specific Tasks within the following task Areas as directed by the DCRI Project Officer who will be assigned upon contract award. Task Area-1 ? Services Application Development and Support The Contractor shall provide services to develop, customize, convert, enhance, and maintain new applications as directed. The Contractor is to develop an interactive, data driven, query tool (Wizard). To develop this tool, the Contactor will review the existing databases, identify related data, and create database tables to drive the tool. We require web developers that would work on providing a tool that enables users to extract data from the CRIS Data Mart. The tool must allow a user to query against the data and present the data in tab delimited and comma delimited forms. The tools should also include a subscription service, an HL7 feed, and/or an API. The front-end of the tools must be web-based. The programmers must be knowledgeable in J2EE, Visual Studio, and MS SQL. The programmers must have experience with the Clinical Center custom application Hospital Services. The project will be managed using the DCRI Project Management Methodology which is defined in the attached document. The application will follow the DCRI Configuration Management Process, which is defined in the attached document, once development is complete. Documentation The Contractor will provide technical requirements and documentation of the code as well as all documentation required by the DCRI Project Management Methodology and DCRI Configuration Management Process. The documentation of status reports to the Project Officer on a weekly basis should include work accomplished. Key Personnel 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 following Key personnel: Senior Application Programmer: 7 to 10 years of experience in software development, specializing in web application design and development. 5 or more year?s specific experience designing applications in the Microsoft web development environment including Visual Studio, IIS, Microsoft SQL, Visual Source Safe, and Transact-SQL. 5 or more years experience in developing application in the J2EE environment, including Apache web servers, PHP, CGI?s, and Transact-SQL. Application Programmer: 3 to 7 years of experience in software development, specializing in web application design and development. 2 or more year?s specific experience designing applications in the Microsoft web development environment including Visual Studio, IIS, Microsoft SQL, Visual Source Safe, and Transact-SQL. 2 or more years experience in developing application in the J2EE environment, including Apache web servers, PHP, CGI?s, and Transact-SQL. Level of Effort The estimated level of effort for this Task Order is 3, 840 hours or (2) 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 the Offeror?s cost estimates and does not reflect the actual hours or labor categories required to accommodate this Task Order. Personnel skills required to provide these Support Services to the DCRI?s anticipated Tasks shall include, but are not limited to, the Labor Category Descriptions presented. The Labor Category Descriptions, general experience and functional responsibilities required to provide these services are described and should be reviewed carefully to ensure that the bidding Contractor has the appropriate staff members onboard before biding this Task Order contract. During the execution of this Task Order the Contractor may be required to supply other personnel with different Labor Categories than those originally required. All personnel provided by the Contractor will have to meet the Labor Category Description minimum general experience requirements. Funding Structure Task order will be fully funded in FY 07 as funds are available. Government Furnished Equipment (GFE) Government Furnished Information: The government will provide the contractor with the necessary facilities to support task completion, including desktop computers, software and network services. 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. Period of Performance: The period of performance for this task order is six months with one (1) twelve (12) month option. Estimated Labor Hour Totals for the Task Order Labor Category Base Hours 1 Senior Applications Programmer 1120 2. Application Programmer 1120 Total Estimated Labor Hours 2240 The above information and hours does not mean to suggest that the Offeror shall provide these exact personnel for these exact hours to accomplish this specific Task Order. This information shall be provided to be use when evaluating competition and bids. 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 item 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%) ? Technical and management approach - This item refers to the manner in which the contractors propose to provide the support required. (10%) ? Cost - This criteria applies to the overall cost for the requirement. (20%) ? 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 6 months with option to renew an additional one-year period. 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. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than _8/21/07 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. 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 _8/28/07. 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, _08/13/07. Collect calls will not be accepted. No Phone Calls Please.
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, MD
- Zip Code: 20892
- Country: UNITED STATES
- Zip Code: 20892
- Record
- SN01363047-W 20070808/070806220436 (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 |