Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2009 FBO #2754
SPECIAL NOTICE

N -- Develop, Customize and IIS in the Marshall Islands, American Samoa, and Republic of Palau

Notice Date
6/9/2009
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
00HCVGBE-2009-70830
 
Archive Date
6/17/2009
 
Point of Contact
Linda M Young, Phone: (770) 488-2655
 
E-Mail Address
lml3@cdc.gov
(lml3@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Centers for Disease Control and Prevention intends to issue a sole source purchase order to Envision Technology Partners, Inc., 405 Urban Street, Suite 320, Lakewood, CO 80228 for Implementation of Immunization Information Systems for the Marshall Islands, American Samoa, Commonwealth of Northern Mariana Islands (CNMI), Guam, Federated States of Micronesia (FSM), and the Republic of Palau. In 2006, the FSM, American Samoa, CNMI, Guam, Republic of the Marshall Islands and Republic of Palau entered into a joint agreement with Envision to develop, customize, and install Immunization Information Systems (IIS), known as WebIZ, at one location on each island jurisdiction. Since then, three island jurisdictions (FSM, CNMI, and Guam) have implemented WebIZ. The joint agreement included: a) license fee for all six U.S. Affiliated Pacific Islands (USAPI) including training activities and b) hardware for three USAPI's; FSM, Guam and CNMI. This requirement will ensure that the remaining three USAPI's (Republic of Palau, the Republic of Marshall Islands, and American Samoa) obtain hardware and implement the WebIZ. The project objective is to develop, customize, and install Immunization Information Systems (IIS) at one location on the Marshall Islands, American Samoa, and the Republic of Palau. In addition, immunization program and/or IT staff will be trained on the use of WebIZ. Scope of work is as follows: for Republic of Palau, the Republic of Marshall Islands and American Samoa Island: Procure hardware, import legacy data into WebIZ, provide technical training to Immunization Program and/or IT support staff, configure Web and Database Servers, install and customize vendor's software products specific to Republic of Marshall Islands, Republic of Palau, and American Samoa individual requirements, install necessary COTS products (e.g., Microsoft SQL Server, Crystal Reports, etc.), conduct WebIZ and COTS product user training with immunization program staff, and provide 12 months post-production support. The scope of work does not include long-term maintenance and support activities for these applications. If maintenance and support is desired, a separate contract vehicle will be established. Technical requirements are as follows: (1) Vendor shall procure the hardware necessary for the WebIZ module environment. It will ensure compatibility of the required third party hardware and software with the WebIZ module. Vendor will customize and write conversion programs to transfer immunization data from the existing IIS that the Republic of Palau, Republic of Marshall Islands, and American Samoa currently utilize into the WebIZ. Vendor will create conversion exception reports for data cleaning by the Republic of Palau, Republic of Marshall Islands, and American Samoa. The Republic of Palau, Republic of Marshall Islands, and American Samoa each are responsible for providing the vendor with their existing immunization data (legacy data), address field requirements, and other specifications for customization as required. Hardware includes: 1 single processor web server, 1 single processor database server and third-party software. Third-Party software includes 1 license of Microsoft SQL Server, 1 license of Crystal Reports, and Adobe Acrobat. (2) Republic of Palau, Republic of Marshall Islands, and American Samoa will identify one Information Technology (IT) personnel whom shall be trained by vendor on the configuration of Web and database servers, installation of vendor's software products and installation of necessary COTS products, to include Microsoft SQL Server and Crystal Reports. The identified IT personnel appointed from Republic of Palau, Republic of Marshall Islands, and American Samoa shall be the point of contact between his/her respective jurisdiction and the vendor. Any concerns relating to project implementation under this contract shall be communicated to the vendor by these IT personnel. The Republic of Palau, Republic of Marshall Islands, and American Samoa will provide space and internet connectivity before work commences. (3) Vendor will provide 12 months post-production support for Republic of Palau, Republic of Marshall Islands, and American Samoa after implementation. During the twelve (12) months following implementation, vendor shall use its best efforts to correct any error, malfunction or defect in the operation of the Licensed Software to enable the Licensed Software to perform in accordance with the product's specifications. Post-production support expiration date will be calculated using 12 calendar months from completion sign-off date. Each of the USAPI's shall be responsible for the installation of defect repairs, and enhancements to, or subsequent releases of, the Licensed Software. Each of the US affiliated island jurisdiction shall report to vendor any errors, malfunctions, or defects that cause the Licensed Software to fail to perform any material function set forth in the then current requirements. Total payment for the contract includes the applicable support fees for twelve (12) months warranting the vendor to be obligated to provide Support to the islands. However each U.S. Affiliated Island shall provide the vendor with all information, documentation, technical assistance and access to the computing device on which the Licensed Software is installed and any other equipment and personnel necessary to assist the vendor in providing Support. Vendor shall not be obligated to provide Support if the Licensed Software is not used in accordance with the then current licensed documentation or if any error, malfunction, or defect reported by a jurisdiction is found by the vendor to be due to a cause other than the Licensed Software as delivered by the vendor. Each of the US affiliated island jurisdiction shall pay the vendor, at the vendor's then current hourly rates, for their services in responding to a jurisdiction's report of an error, malfunction, or defect, if (a) The jurisdictions does not assist the vendor as reasonably required, (b) the Licensed Software is not used in accordance with the licensed documentation, or (c) the error, malfunction, or defect is not caused by the Licensed Software, or (d) The jurisdictions have modified the source code or database environment. If any such error, malfunction, or defect may reasonably be corrected by the vendor, they may correct it at the jurisdictions' request and the jurisdictions shall reimburse the vendor for such correction at their current hourly rates. (4) Support herein entitles each jurisdiction to receive for the Licensed Software: the current release of the source code and object code, Licensed Software defect repairs, enhancements, and new releases, and any licensed documentation to enable each U.S. USAPI's to install and use such Licensed Software defect repairs, enhancements and new releases, as they become generally available from the vendor, and the following vendor Helpline Services: (a) standard telephone support, which includes general technical information and assistance with problem determination, isolation, verification, and resolution during the hours of 9 AM to 5 PM MST, excluding weekends and holidays, and (b) limited telephone support which includes, in a production environment, mission critical and systems-down application and technical support. (5) Each U.S. Affiliated Island Jurisdiction is responsible for reasonable due diligence in the determination of issues with the software code. Each jurisdiction will interface directly with the end-users to log any issues. The scope of work is focused on installation and training activities required to implement the appropriate products in a production environment. Initial post-production support immediately following the Islands' use of the systems will also be provided. Deliverables: 1. Each island jurisdiction will be provided with one electronic copy and one written copy of WebIZ technical manual, one electronic copy and one written copy of a WebIZ training manual, and WebIZ source code. 2. Reports: The vendor shall bring problems or potential problems affecting performance to the attention of the Contracting Officer Representative (COR) as soon as possible. Verbal reports will be followed up with written reports when directed by the COR; the contractor shall notify the COR when 75% of the amount of the task has been expended; monthly status reports are due by the 5th of each month of the project period and shall include the following information: A brief summary of the significant events and accomplishments regarding the task order during the reporting period; The deliverables submitted or progress on deliverable products, and a description of any current or expected problems regarding the task order /completion of deliverables. 3. Install WebIZ and have a fully functioning IIS for each island jurisdiction. The three island jurisdictions will review the contractor deliverables in accordance with CDC policy and regulations with the assistance of the Project Officer, IISSB Consultant, and Contracting Officer Representative. If deficiencies are discovered the Project Officer will provide in writing a description of all deficiencies to be corrected by the vendor. The corrected deliverables shall be re-submitted within 10 calendar days at no additional cost to the Government. Monthly status reports shall be submitted by electronic format in Microsoft Word to the technical monitor and hard copies mailed to CDC. CDC believes that this requirement is met by only one provider. This procurement will be processed under the authority of FAR 6.302-1 and 6.302-2. Only one responsible source and no other sources will satisfy agency requirements. No solicitation is being issued. Interested persons may identify their interest and capability to respond to this requirement. This procurement is not set-aside for small business. For contractual questions contact Linda M. Young.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/00HCVGBE-2009-70830/listing.html)
 
Place of Performance
Address: Marshall Islands, American Samoa, and Republic of Palau, United States
 
Record
SN01840348-W 20090611/090609235942-0a9f0dd01f405b34cbbe7653c4871687 (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.