SOURCES SOUGHT
R -- CMS-Financial Mgmt Systems Support Contractor - New Support Contractor Statement of Work-51210 - Types of Labor/Qualifications
- Notice Date
- 5/17/2010
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Health and Human Services, Centers for Medicare & Medicaid Services, Office of Acquisition and Grants Management, 7500 Security Blvd., C2-21-15, Baltimore, Maryland, 21244-1850
- ZIP Code
- 21244-1850
- Solicitation Number
- CMS-2010-A100779
- Point of Contact
- Alan F Fredericks, Phone: 410-786-8622, Mark W Werder, Phone: 410-786-7839
- E-Mail Address
-
Alan.Fredericks@cms.hhs.gov, mark.werder@cms.hhs.gov
(Alan.Fredericks@cms.hhs.gov, mark.werder@cms.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Types of labor categories and qualifications. List of deliverables/reports-attachment to the Statement of Work - New FMSG Support Contractor Statement of Work (Rev.51210) for new FMSG Support Contractor Centers for Medicare & Medicaid Services Office of Acquisition and Grants Management 7500 Security Blvd., C2-21-15 Baltimore, MD 21244-1850 SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) RFI-CMS-#CMS-2010-A100779 A. General Information: The Centers for Medicare and Medicaid Services (CMS) is seeking to identify small, and small-disadvantaged businesses, [Small Disadvantaged, Woman-owned, Service Disabled Veteran-owned, HubZone, 8(a)], with capabilities and/or prior experience, that can provide services as described within the draft statement of work (SOW), entitled, "FMSG Support Contractor ". Additionally, we seek comments from all industry, relative to our DRAFT SOW. The Office of Financial Management-Financial Management Systems Group (OFM-FMSG), within CMS, in conjunction with its network of contractors, is responsible for ensuring that initiatives related to enhanced and improved financial controls at CMS are developed, implemented, and operated correctly, efficiently, and on a timely basis. Programs and initiatives for which FMSG is currently responsible include; the Health Insurance General Ledger Accounting System (HIGLAS), Provider-Enrollment Control System (PECOS), FACS, Unified Financial Reporting-UFYMS, One-PI, and Health Insurance Technology (HITECH) incentive payments. CMS is seeking: 1. A Contractor which can supply and manage, well-qualified technical personnel, as required by SOW requirements, to assist FMSG program office staff to manage, command, control, and audit, the design, development, implementation, test, operation and training of various CMS programs, initiatives, and solutions. 2. Support and assist FMSG in responding to questions of fact or policy received from Congressional and other outside sources. 3. Provide technical personnel to assist in review of requirements documents, design specifications, implementation planning, test plans/results, and review continuing operations as well as deliverables, thereby helping FMSG maintain and enhance the quality of solutions, efficiency of operations, and lower costs/raise ROI. 4. Possess business systems which are mature enough to identify, track and charge costs IAW generally accepted accounting practices (GAAP), and can estimate costs in the same manner in which costs are tracked and charged. The intent of this RFI is to: 1. Identify SMALL and DISADVANTAGED SMALL BUSINESSES (e.g., SBA Certified 8(a), Service-Disabled Veteran Owned, HUBZone, Small Disadvantaged, Veteran-Owned, and Women-Owned) who can demonstrate having the necessary technical capabilities and expertise to perform the requirements of the attached Draft Statement of Work (SOW); and 2. Solicit and receive comments and questions from all industry on the attached Draft SOW. Comments and questions are encouraged from all business concerns (e.g. Small and Other than Small/Large). In addition to submitting a response to the RFI, the CMS encourages vendors to utilize the Federal Business Opportunities website (www.fedbizopps.gov) and register on the "Interested Vendors List" in order to promote teaming and/or prime and subcontractor relationships. B. Project Background: See attached DRAFT SOW See attached Excel file detailing some types, quality of labor, and work to be performed. (This list is not comprehensive and is provided for illustration only. Please base your response upon review of SOW and your individual judgment.) C. Procurement/Contract Strategy: This RFI notice is not a Request for Proposal (RFP). CMS is considering a Time & Materials (T&M) type blanket-purchase-agreement (BPA) contractual arrangement under a forthcoming solicitation to be issued sometime in late FY 2010 with an award in either late FY2010 or early Fiscal Year 2011. It is anticipated that the period of performance to be issued under a solicitation, will be for a 12-month base year period, and four one-year option periods, to be exercised at the discretion of the Government. (FAR 16.601 (d) (1)(ii) allows a T&M contract to exceed three years in duration if the D&F is signed by the HCA). The BPA contract which will eventually result from this marketing effort is a replacement contract for an incumbent firm which has held the existing contract for four annual periods of performance and which contains one more 12-month option. The incumbent contractor is not a small or disadvantaged small business, and is therefore ineligible to respond to this notice as a prime-contractor. The existing CMS BPA contract, HHSM500-2006-00002B, was awarded with a total dollar order ceiling of $20million. By means of this notice, CMS is making official notification that new unplanned FMSG work requirements require the raising of the total dollar order ceiling From: $20mil, By: $5mil, To: $25mil over the total five years. Responding firms must be aware that the purpose of the eventual contract which will result from this marketing effort, is to assist and support the CMS-FMSG staff in performing their program office fiscal responsibilities. Therefore, the firm eventually selected must be aware of the significant possibility of organizational conflict of interest (COI), based upon evaluation of all other on-going work. In considering the eventual award of any resulting contract, the CMS will have to mitigate and reduce to insignificance any probabilty/impact of COI. D. Capability Statement Requirements: CMS requests that respondents specifically address each of the areas identified below. This RFI is not a request for a technical proposal; however respondents should provide enough information for CMS to make an informed determination of a Respondent's capability to perform the same or similar work as identified in the attached DRAFT SOW. RFI Responses should include, at a minimum, the information identified in each of the following areas: 1. Respondents should describe their corporate capabilities as it relates to the same or similar work, as identified within the draft SOW. For example, ability to understand technical program requirements and effectively communicate in writing and verbally, is an integral part of the SOW. Provide capabilities in understanding and explaining complex database/ software/EDI work requirements. Give examples of experience in documenting and supporting a technical conclusion via; writing, by power point presentation, and/or via an oral presentation/meeting. 2. Respondents shall demonstrate a working corporate technical knowledge and/or experience with the Oracle Federal Financials Package, Oracle 11i, and R12 Federal Financial application. Technical expertise with EDI interfaces/exchanges, and networking is also desirable. 3. Respondents should demonstrate corporate knowledge of Generally Accepted Accounting Practices (GAAP) particularly in General Ledger Financial Accounting, with experience in large complex integrated and automated (databased) financial accounting systems. 4. Respondents shall describe abilities and experience with SDLC development and the best practices required to review functional and technical design specifications for databased systems, and integrated solutions. 5. Demonstrate capability to provide key/essential personnel who are highly qualified and are available to begin work immediately, or with short notice, in order to meet aggressive timelines. Interested parties should demonstrate the ability to staff up quickly, and have a training plan/ability. Please see attachment which details some (not all) labor categories, qualifications, desirable experience, and type of work expected. E. Instructions for Submitting a Responses to CMS: 1. Business Information -(on Page 1) a. DUNS No: b. Company Name c. Company Address d. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the CCR. All Offerors must be registered in the Central Contractor Registration located at http://www.ccr.gov/index.asp. e. Company Point of Contact, Name, Phone and Email address f. GSA Schedule Contract Number (s)(if applicable) 2. Deliver ONE (1) hard copy of your capability response and FOUR (4) ea compact discs to the front desk of CMS, located at 7500 Security Blvd., Baltimore, MD., 21244, to the attention of the cognizant Contract Specialist, Alan Fredericks, on or before 12:00 PM (noon) local time Baltimore, MD., Monday-June 14, 2010. You must deliver a total of 4 sets of electronic material, and one hard copy. CMS is a guarded facility - please allow ample time to pass thru security check point(s). 3. Please limit your capability documentation to the following Page Size, Font Type and Size, Spacing and Page Numbering. Responses shall be submitted using a Microsoft Word document with page size 8.5 by 11 inches. Font type shall be Times New Roman, size 10-12 using standard tabs and indent software features with no less than single spacing between lines. Responses are limited to one/two (1-2) page answers for each of the individual areas stated in Section D (above) with a total of no more than ten (10) pages for the entire capability statement (not including descriptive/informative cover page, one-page resumes, and one page summations of each pertinent corporate experience). 4. DRAFT SOW COMMENTS shall be submitted separately from capability packages, using a Microsoft Word document. Email is permissible. ( Comments-only should be sent via email -Please be advised that email transmitted files over 5 megabytes are not delivered during standard working hours, and are only released from the CMS server after 5:00 PM EST, and which may affect the timeliness of your response. Contracting Specialist email: alan.fredericks@cms.hhs.gov ) The font type should be Times New Roman, size 10-12 using only standard tabs and indent software features with no less than single spacing between lines. DRAFT SOW comments shall be submitted using the following format: "DRAFT SOW Section II.A.1, entitled..." Comment: "State comment, question, clarification." 5. All transmitted information marked proprietary shall be treated as such. Therefore, businesses should identify any proprietary information in their RFI response. Proprietary materials will neither be distributed, nor discussed with, any other organization. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. CMS does reserve the right to utilize any non-proprietary technical information in the anticipated DRAFT SOW or solicitation. 6. Respondents should be aware that this RFI is for marketing purposes only and any responses thereto, or lack thereof, will not constitute a commitment by CMS to treat any potential offeror more or less favorably in the anticipated forthcoming solicitation and/or ultimate award. Please be advised that CMS will not respond directly to organizations submitting capability statements in response to this RFI, whether found capable or not capable. Any finding of unsatisfactory demonstration of capability will not prevent any respondent from submitting a proposal in response to a subsequent CMS solicitation, when it is issued. The information received from this RFI will be used solely to make an informed decision with regard to setting aside the procurement limited to only Small Firms (as defined by CCR status), or Disadvantaged Small Business under the 8(A) program, and to address DRAFT SOW issues that need clarification or revision. Disclaimer: Responses to this RFI are not offers and cannot be accepted by CMS to form a binding contract. CMS does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. On behalf of the Centers for Medicare and Medicaid Service, we thank you for your interest. Attachments: Draft Statement of Work (SOW)/List of Deliverables Personnel capabilities/requirements
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/CMS-2010-A100779/listing.html)
- Place of Performance
- Address: CMS-OFM-FMSG Offices, 7111 Security Blvd (2nd Floor), m/s: B2-29-23, Baltimore, Maryland, 21244, United States
- Zip Code: 21244
- Zip Code: 21244
- Record
- SN02151776-W 20100519/100517234909-a460ec7a30b9fbe483deba52e5cbec79 (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 |