Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOURCES SOUGHT

70 -- Data Warehouse System IT Support - Draft SOW

Notice Date
6/18/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1054993-1
 
Point of Contact
Linda Giles, Phone: 301-827-7048
 
E-Mail Address
linda.alexander-giles@fda.hhs.gov
(linda.alexander-giles@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
ORADSS III Draft SOW Office of Regulatory Affairs Reporting, Analysis, and Decision Support System (ORADSS) Maintenance and Support This is a SOURCES SOUGHT NOTICE to determine the availability and capability of qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide information technology support services to support the FDA data warehouse and reporting system. The Contractor will be required to support the existing data warehousing system and reporting environment, as well as leverage and expand warehousing capabilities in support of real-time data warehousing, integration of data warehousing with document management repositories and supporting data mining/predictive analysis. The Contractor must satisfy the following requirements, provide a detailed description of your company’s (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every one separately of the requirements in the attached Statement of Work. The anticipated period of performance is a base period plus 4 one year option periods. The NAICS Code is 541512. The small business size standard is 25M. Interested small business offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Response must directly demonstrate the company’s capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above in sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above in compliance with FAR 52.219-14 (“Limitations of Subcontracting”). Include relevant information that demonstrates the company has similar experience in supporting a mid-level, multiple systems interfacing IT application in a highly visible and complex government business environment. Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice (capability statements) shall be limited to ten pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS XXXX (size standard $ or number of employees) and status, if qualified as a 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above) Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, and a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. The government is interested in comments on the Statement of Work. Responses to this announcement will not be returned, nor there any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, OAGS may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. STATEMENT OF WORK COMMENTS SHOULD BE PROVIDED SEPARATELY FROM THE CAPABILITY STATEMENTS. RESPONDENTS MUST SUBMIT CAPABILITY STATEMENT AND STATEMENT OF WORK COMMENTS VIA E-MAIL to Linda Giles at linda.alexander-giles@fda.hhs.gov no later than June 26, 2009 12:00 PM ET for consideration
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1054993-1/listing.html)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01849838-W 20090620/090619000259-1605d7d267742d36103aebaedd56ce7d (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.