Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOURCES SOUGHT

D -- Enterprise Systems Development Small Business Set Aside - sources sought notice with graphics

Notice Date
7/13/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
CMSESDSB
 
Archive Date
8/20/2011
 
Point of Contact
ESD Small Business,
 
E-Mail Address
ESDSB@cms.hhs.gov
(ESDSB@cms.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This file contains the tables depicting the kinds of services envisioned for this contract. This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) that can provide Enterprise System Development (ESD). History: CMS awarded the initial ESD under a multiple award, Indefinite Delivery Indefinite Quantity (IDIQ), performance-based contract in September 2007.The initial ESD IDIQ contracts were awarded to the contractors listed below utilizing the "framework" depicted below. Unrestricted Contractors 1. CGI Federal 2. CSC 3. EDS 4. IBM 5. Lockheed Martin 6. Northrop Grumman 7. SAIC 8. ViPS Small Business/8a Contractors 1. 2020 2. ALTA Systems 3. Buccaneer Computer 4. DCCA 5. IDL Solutions Inc 6. iFED 7. Maricom Systems 8. QSSI   Purpose: The work to be performed under this "ESD Small Business" procurement contract will support a revised CMS framework to replace the small businesses that have graduated while leaving the contract vehicle available to the large business contractors. The intent is also to provide the broadest opportunity to acquire innovative, cost-effective, and efficient ESD solutions for meeting the mission and procurement-level objectives of CMS. Readers are advised that "Restricted" on the framework graphic below means the contractor responsible for either Security Test or Evaluation (ST&E) or Independent Validation and Verification (IV&V) services cannot propose on task orders, in other phases, for systems on which they are providing ST&E or IV&V services. The task orders issued under the ESD SB IDIQ Contract will cover discrete life-cycle tasking within a system or application development program, inter-relate with other task orders under the same program, and have defined exit criteria for successful completion. Upon issuance of task orders under this contract, ESD SB Contractors shall furnish all personnel, services, materials, technical and management support, and facilities (except as otherwise specified in individual task orders) necessary to fulfill the requirements of the task order. CMS requires the support of contractors that can simultaneously: 1. Meet the national goals for CMS and the Department as stipulated by the President and Congress. 2. Enhance performance and improve quality from a beneficiary, provider, end user, and management standpoint. 3. Create tangible and meaningful business benefits through high-quality services and products. 4. Deliver solutions within cost, schedule, and functionality targets that meet CMS ESD Program goals. 5. Identify and mitigate risks and issues of multiple implementations and related initiatives. 6. Collaborate with other CMS contractor(s), federal government departments/agencies, and business partners to ensure program success. 7. Manage the complexities and difficulties that are characteristic of implementing, integrating, maintaining, and securing large-scale system/software development solutions. 8. Provide consistent and complete protection of individual privacy rights and security for CMS data, systems, and facilities. 9. Ensure compliance with all applicable laws and regulations, for example, ADA, FISMA. 10. Perform with a high degree of trust and willingness to share risks responsibly. The contract will include the following requirements: a) Staff with the ability to facilitate the planning, development, and delivery of the services depicted above. b) Staff with the ability to coordinate with CMS and CMS' contractors to ensure that ESD SB task order performance meets all performance standards. c) Staff that complies with the official CMS security plan and procedures. d) Staff with the ability to provide total program management, efficient organization, effective control systems, quality assurance and reporting capabilities. e) Knowledge of and experience with the Medicare program. f) Knowledge of Medicare policies and procedures. g) Knowledge of CMS' environment including operations, administration, and functionality. Interested parties shall submit the following information in the capability statements: 1. Company name 2. Address 3. Point of contact 4. Telephone number and email address 5. Business size 6. Corporate entity/structure (Limited Liability Company, Joint Venture, Partnership, Sole Proprietorship, etc). Any teaming arrangements shall also include the above-cited information for each entity on the proposed team. 7. Similar experience with the set-aside work described in the Phases Chart above as well as ST&E and IV&V: provide names, contact information, and descriptions of roles of entities, in either the Private Sector or Public Sector, of similar size to CMS for whom services provided, and bear great similarity to the requirements stated above. Describe the pricing arrangement used in the experience examples (i.e. firm fixed price, cost plus fixed fee, cost plus award fee, time and materials, cost sharing, or cost). The Phases to address are as follows: a. Initiation and Planning Services b. Requirements Services c. Test Services d. ESD Support Services e. ST&E; and f. IV&V. 8. Similar scope as the work described above in #7: include the number of users supported by categories that may be similar to what CMS has approximated in its categories. 9. A concise description of any/all teaming arrangements that jointly delivered/maintained the capabilities discussed above. 10. If the response is the combined capabilities of a team, clearly describe the team composition and the specific roles of each in delivering the services. 11. A limitation of subcontracting statement providing the amount of work (in % of total contract value) designated for the prime contractor. 12. Proof of Software Engineering Institute® Capability Maturity Model Integration® (CMMI®) Process Maturity: your response shall demonstrate that the prime contractor possesses or plans to possess, at the time of proposal submission (approximately February, 2013), an independently prepared SCAMPI appraisal result at SEI CMMI Level 3. Failure to do so will render the offeror ineligible. The offeror is notified that proof of process discipline certification by the International Standards Organization (ISO) is not considered acceptable. Capability Statements shall be no more than 20 pages, excluding cover sheet, title page and table of contents, single spaced, 8.5 x 11 paper, 1 inch margin, and no smaller than 12 point type. Each page shall be numbered. This announcement is strictly a request for information. It is not an invitation to bid, request for proposal, or other solicitation and in no way obligates the Government to award a contract or to respond to inquiries. However, providing a "marketing package" would not be considered useful. Interested parties having the capabilities necessary to perform the stated requirements must submit electronic copies in Microsoft Word to: ESDSB@cms.hhs.gov with the Subject line: ESD SB Sources Sought. Capability statements must be submitted no later than August 5, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/HCFA/AGG/CMSESDSB/listing.html)
 
Record
SN02498178-W 20110715/110713235809-3d8cb084659a2b84b9cfade41cb6a393 (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.