Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

C -- Electrical and Software Engineering Services

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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-SOL-09-1059816
 
Archive Date
9/8/2009
 
Point of Contact
Jeankite L Joseph, Phone: 301-827-5095, Christopher E. Cunningham, Phone: 301-827-7185
 
E-Mail Address
jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov
(jeankite.joseph@fda.hhs.gov, christopher.cunningham@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented 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, FDA-SOL-09-1059816, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-35. The acquisition is set-aside for Small Business. The associated NAICS code is 541330 and small business size standard is $ 4.5 Millions. The Government is seeking a Contractor to provide support to the Division of Electrical and Software Engineering (DESE), Office of Science and Engineering (OSEL), in its research efforts. The purpose of this contract is to ensure timely and innovative research output in the field of formal methods based verification specifically related to the Generic Infusion Pump (GIP) project under way in the DESE laboratory. Scope of Work The Contractor shall: 1.Conduct research into the application of formal methods based software verification techniques as they relate to the ongoing Generic Infusion Pump project. This shall include the use of model based engineering and instrument based verification technology 2.Participate in and analyze the results of experiments conducted using DESE’s state of the art simulation equipment which relate to the GIP. 3.Provide advisory opinions and programming of the models developed. 4.Participate in peer review meetings with other involved researchers. 5.Publish the results of the research along with the DESE staff. 6.Submit any and all results of this research to the DESE clearance process before placing it into a publication, peer reviewed or otherwise. Task Deliverables and Milestones: Deliverables Task Due Date Research papers: The Contractor shall prepare no less than 2 texts suitable for peer reviewed publication embodying the direction and results of the research conducted under this contract- Within 12 months of the award Attend peer review committee meetings: The Contractor shall participate in Peer technical review meetings to provide input and analysis to the group as a whole - monthly Report on SAVE model: The Contractor shall apply the SAVE software program to the requirements of the GIP and other data sets to determine its applicability - Quarterly Simulink and Reactis models: The Contractor shall apply Simulink and Reactis technology to GIP analysis- Aperiodic review TBD later Provide advice, expertise in person: The Contractor shall contribute to the advancement of DESE’s GIP research - Within 3 business days from award Criteria for Acceptance: The Government will review contractor deliverables in accordance with specifications and standards stated in the criteria stated above and established during the life of this task. Only the Contracting Officer’s Technical Representative (COTR) that initiated the tasking or designated manager has the authority to accept or reject deliverables. The acceptance of deliverables and satisfactory work performance required herein shall be based upon the timeliness, accuracy and suitability of the deliverable. The specific deliverables and schedule for delivery shall be as agreed upon and documented. All documents, plans, diagrams, presentations, etc., are to be submitted solely in electronic form and in the native file format of MS Word 2000, MS Excel 2000, or MS Power Point, Simulink, Stateflow, Reactis – or later versions of those packages. Deliverables shall be submitted to the Contracting Officer’s Technical Representative (COTR). Materials and resources to be supplied by the Government: • Existing materials relating to the GIP research • Suitable hardware and software in suitable office based or laboratory context • Office space, PC, printing capability, telephone, and office supplies. The Government can and will utilize the contract by contacting the Contractor’s project manager and informing him/her of the nature of the need and services required. Period of Performance: Base Year: September 1, 2009 through August 31, 2010 Option Year One (1): September 1, 2010 through August 31, 2011 Option Year Two (2): September 1, 2011 through August 31, 2012 Option Year Three (3): September 1, 2012 through August 31, 2013 Option Year Four (4):September 1, 2013 through August 31, 2014 Location: Food and Drug Administration (FDA), White Oak Campus, Building 62, 10903 New Hampshire Ave, Silver Spring, MD, 20993-0002 Work Schedule: Unless otherwise directed, the Contractor(s) shall work Monday through Friday from 8:30 A.M. through 5:00 P.M. The Contractor shall work no more than 40 hours per week excluding federal holidays, not to exceed a total of 1,664 hours for the based year period. 6.0 Security and Privacy: The contractor shall agree that contract personnel (s) shall not divulge or release information or data developed or obtained in connection with performance of this contract, unless made public by FDA or upon written approval by the COTR. 7.0 Contractor Conformance with Applicable Laws, Regulations, Policies and Standards: The Contractor shall be responsible for knowledge of and compliance with all applicable federal information technology and information management laws, regulations, policies and standards at the government-wide, and Agency levels. At the government-wide level, these include Office of Management and Budget (OMB), National Institute of Standards and Technology (NIST) and General Accounting Office (GAO). These can be primarily found at or through the Federal CIO Council website at: http://www.cio.gov. At the Agency level, HHS documents are found at: http://www.cdc.gov/irmo. EVALUATION CRITERIA: The evaluation, adjective-description rating scale to be used by the evaluation team for Technical Approach and Past Performance and Price is defined below as follows: TECHNICAL APPROACH: Technical Approach Defined: This factor will consider the extent to which the Offeror understands the background, history, purpose, proposed approach, and goals of this contract, and the overall contract requirements. This factor will consider technical soundness and specificity of proposed plans for completion of tasks described in the Statement of Work (SOW). This factor will consider the offeror’s identification and discussion of outstanding issues and logistical concerns and the planned approach for the use and management of personnel and resources required in the performance of this procurement. The offeror shall describe how these personnel and resources will be used to accomplish the specific elements of the tasks. It will also consider the offeror’s proposed approach to addressing any perceived issues or other constraints to meeting requirements or project goals This factor will consider how the Offeror explains how it intends to obtain this service within the given time frame and in the most efficient and cost-productive manner. The Offeror shall submit: RatingsDescription of Ratings Excellent: Demonstrates superior strength and no weaknesses for this evaluation criterion. Very Good:Demonstrates extensive strength and only minor weaknesses for this evaluation criterion. The weaknesses are easily correctible. Average: Demonstrates moderate strength and only minor weaknesses for this evaluation criterion. The weaknesses are easily correctible. Fair: Demonstrates no strengths, some weaknesses. Weaknesses exceed strengths and will be difficult to correct. Unsatisfactory: Demonstrates no strengths and major weaknesses for this evaluation criterion. Weaknesses are so significant and numerous that any possible correction would essentially require a major re-writing of the proposal. Non-Responsive: The evaluation criteria is not addressed or is addressed in such a vague manner as to be construed the same as non-responsive. PAST PERFORMANCE: Past Performance Defined: The Past Performance Evaluation will be a subjective assessment based on information provided by the offeror and information obtained independently by FDA from a variety of public and private sources, including the references provided. The Offeror must be able to demonstrate suitable educational achievement and have a Ph.D. related to software verification based on formal methods or a Ph.D. in a discipline related to Computer Science based formal methods and instrument based verification. The Offeror shall submit past performance of work performed for similar tasks (e.g. public health matters) requested in the Statement of Work. Such experience includes projects performed in the past two years similar in nature to the requirements of this Statement of Work. (federal, state, and local). The Offeror must list: 1. Contract Number or Project number 2. Period of Performance 3. Place of Performance 4. Point of Contact 5. Contact Information (email, phone number, alternate contact’s number and email) 6. Description of the project RatingDescription Excellent/ High Confidence: Based on the offeror’s performance record, essentially no doubt exists that the successful offeror will successfully perform the required effort. Little or no Government oversight is expected to be required in achieving the proposed level of performance. Very Good/ Confidence:Based on the offeror’s performance record, little doubt exists that the offeror will successfully perform the required effort. Little Government oversight is expected to be required in achieving the proposed level of performance. Satisfactory/ ConfidenceBased on the offeror’s performance record, some doubt exists that the offeror will successfully perform the required effort. Some Government oversight is expected to be required in achieving the proposed level of performance. Neutral/ Unknown Confidence: No performance record identifiable. Marginal/ Little Confidence: Based on the offeror’s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Substantial Government oversight or intervention is expected to be required to meet the contract requirements. Changes to the offeror’s existing processes may be necessary in order to achieve contract requirements. Poor/ No Confidence: Based on the offeror’s performance record, extreme doubt exists that the offeror will successfully perform the required effort. Regardless of the degree of Government oversight or intervention, successful performance is doubtful. COST/PRICE The Offeror shall submit their cost/price proposal based on the tasks and deliverables in the Statement of Work. The cost/price proposal shall contain discounts where appropriate and shall be fixed price. OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTE, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (JUL 2009), WHICH ARE AVAILABLE ELECTRONICALLY AT: http://www.arnet.gov/far/current/html/52_212_213.html. The clause at FAR 52.212-4 (Mar. 2009), Contract Terms and Conditions – Commercial Items and FAR 52.212-5 (Jun. 2009), Contract Terms and Conditions required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (Sep. 2006), (2) 52.219-8, Utilization of Small Business Concerns (May 2004), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (FEB 1999), (5) 52.222-26 Equal Opportunity (MAR 2007), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans on the Vietnam Era, and Other Eligible Veterans (Sept 2006) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (10) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (11) 52.232-33 Payment by Electronic Funds Transfer (Oct 2003). (12) 52.204-7 Central Contractor Registration (Apr 2008). (13) 52.217-7 Option for Increased Quantity—Separately Priced Line Item (Mar 1989) (14) 52.217-8 Option to Extend Services (Nov 1999). (15) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Award will be made to the offeror providing best value to the Government in consideration of their technical proposal, past performance and cost. The Contract Specialist must receive any questions no later than August 16, 2009. Offeror cost and technical proposal shall be received on or before 12:00 P.M. local time, August 24, 2009 at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. For information regarding this solicitation, please contact Jeankite Joseph, at 301-827-5095, Fax 301-827-7106, or email: jeankite.joseph@fda.hhhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1059816/listing.html)
 
Place of Performance
Address: Food and Drug Administration (FDA), White Oak Campus, Building 62, 10903 New Hampshire Ave, Silver Spring, Maryland, 20993-0002, United States
Zip Code: 20993-0002
 
Record
SN01907061-W 20090813/090812000441-802bb686b3aa624a9dd55af15195a178 (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.