SOLICITATION NOTICE
D -- TECHNICAL SUPPORT FOR PRODUCTION ROLLOUT OF WEBSDM - Attachment A Statement of Work
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming 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-09-1057591
- Archive Date
- 8/29/2009
- Point of Contact
- Brenda K Lee, Phone: 301-827-7036, Ted L Weitzman, Phone: 301-827-7178
- E-Mail Address
-
brenda.lee@fda.hhs.gov, ted.weitzman@fda.hhs.gov
(brenda.lee@fda.hhs.gov, ted.weitzman@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment B Quality Assurance Survelliance Plan (QASP) Attachment A Statement of Work The U. S. Food and Drug and Administration intend to award a purchase order using full and open competition to obtain services for the operation and maintenance of the WebSDM software and to expand use of the WebSDM software throughout FDA. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number FDA-SOL-09-1057591 is issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code is 541511. The small business size standard is 25M. This is a firm fixed price purchase order. The period of performance is from effective date of award through 12 months plus a one year option period. The Contractor shall provide services for the operation and maintenance of the WebSDM software and to expand use of the WebSDm software through FDA in accordance with the Statement of Work Attachment A to this solicitation. Attachment B is the Quality Assurance Plan. All contractor and subcontractor employees are required to sign the Contractor's Commitment to Protect Non-Public Information (NPI) Agreement (Form FDA 3398) which will be provide at time of award. FAR 52-217-8 Option to Extend Services (NOV 1999), FAR 52-217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.216-18 Ordering (OCT 1995) FAR 52.216-19 Order Limitations (October 1995) FAR 52.216-22 Indefinite Quantity (OCT 1995) 52.227-14, Rights in Data-General (June 1987), Alternate I (June 1987), Alternate II (June 1987), and Alternate II (June 1987), 52.217-7 Option for Increased Quantity- Separately Priced Line Item. (MAR 1989) are hereby incorporated by reference and apply to this acquisition. To determine its technical merit, each quotation will be evaluated against the technical evaluation factors. The evaluation factors are listed in descending order of importance. Technical and Past Performance when combined are significantly more important than cost or price. The Government intends to make one award. The following factors shall be used to evaluate offers: Factor 1. Personnel Qualification: The offeror’s proposal shall include a description of the experience and qualifications of the personnel who will be assigned for direct work on this project. Information on staff qualifications must clearly demonstrate the relevant skills, expertise, and experience of proposed personnel to successfully perform the work described in the Statement of Work. The offeror’s proposal shall include resumes of all proposed personnel (2-page limitation per resume). Factor 2 Past Performance: Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past three years and the last three contracts currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each contract or subcontract listed: 1) Name of Contracting Organization 2) Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type 4) Total Contract Value 5) Description of Requirement 6) Contracting Officer's Name and Telephone Number 7) Program Manager's Name and Telephone Number Offerors may provide information on problems encountered on the identified contracts and the offeror’s corrective action. The offeror shall submit comparable information on all subcontractors that the offeror proposed to perform a major subcontract under this effort. For the purpose of this solicitation, a major subcontract’ is defined as a subcontract over $550,000. The Government will contact each reference by phone to verify information past performance references. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. Factor 3 Management Plan/Technical Approach: The offeror’s proposal shall include a detailed management plan and technical approach describing how the activities in each task area in the Statement of Work (SOW) will be accomplished. The technical approach should demonstrate a clear understanding of the nature of the work being performed and include information on how the project will be organized, staffed, and managed. The offeror also should provide information on how they will ensure quality products are delivered, how they will mitigate risk, and how they will communicate with the government. Contract Line Item 0001AI and 0002AI of the Statement of Work is an Indefinite Quantity line item that is for Enhancement to Improve Reviewer Effectiveness. A task order may be issued against this line item for these services as stated Section 2.19 Enhancement to Improve Review Effectiveness as stated in the Statement of Work. These task are directed by the Contracting Officer Representative and the Contracting Officer will issued tasks against the not to exceed amount. For each task order issued under the indefinite quantity line item, the Government may order on a labor hour rate or a fixed price. The labor rates shall include all direct and indirect costs and profit (loaded hourly rates) for the applicable labor category. The contractor’s rates in pricing the individual task orders will be the rates that are set in the purchase order at time of award. The contractor will not vary the labor hour rates during the pricing period for any task order, the pricing will remain constant. The Government reserves the right to award a purchase order without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. FAR 52.212-1 Instructions to Offerors- Commercial Items (June 2008), FAR 52.212-2. Evaluation - Commercial Items (January 1999) 52.217-5 Evaluation of Options (July 1990) apply to this solicitation. Office shall comply with the provision at FAR 52.212-1(b) and submit 1 original and 6 hard copy and 2 CD to Brenda K. Lee, 5630 Fishers Lane, Room 2129, HFA-500 Rockville, MD 20857.) Electronic copies are not accepted. A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. 3) Offeror shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (July 2009) which can be accessed electronically from the INTERNET at the following address: https://orca.bpn.gov. Offerors responding to this RFQ must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/ FAR 52-212-4 Contract Terms and Conditions- Commercial Item (March 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2009) applies and these clauses are hereby incorporated into this purchase order by reference: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995). (10)52.219-8 Utilization of Small Business Concerns( May 2004), (11) 52.219-9 Small Business Subcontracting Plan (APR 2008), (19) 52.222-3 Convict Labor (June 2003) (E.O. 11755), (2) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008), (21) 52.222-21 Prohibition of Segregated Facilities (FED 1999)(29 U.S.C. 793),(22) 52.222-26 Equal Opportunity (March 2007) (E.O. 11246, (23) 52-222-35 Equal Opportunity for Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (SEP 2006)(38 U.S.C.4212), (24) 52.222-36 Affirmative Action for workers with disabilities (Jun 1998)(29 U.S.C. 793), (25) 52.222-37 Employment Report on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006)(38 U.S.C.4212), (26) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201), (39) 52.232-33,Payment by Electronic funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) (42) 52.239-1 Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a), 52.222-50 Combating Trafficking in Person (AUG 2007). FAR provisions and clauses may be found at http://www.acquisition.gov/far/index.html. Offerors may submit questions to Brenda Lee via email atbrenda.lee@fda.hhs.gov. Please reference the specific area and location in the statement of work when asking a question. All questions must be submitted not later than 12:00 pm Eastern Time on August 26, 2009. All responsible sources that can provide and meet the requirement as stated in the SOW shall submit a written quotation. Quotations must be received by August 28, 2009 3:30 p.m. Eastern Time. No telephone inquiries.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-09-1057591/listing.html)
- Place of Performance
- Address: White Oak Campus Spring MD and contractor site., Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01919021-W 20090822/090820235548-fa2ee4b577c72a6d1071e05086c18636 (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 |