SOLICITATION NOTICE
D -- Food and Drug Administration Dashboards and Analytics - Draft IDIQ SOW
- Notice Date
- 7/9/2015
- Notice Type
- Presolicitation
- 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-RFI-15-1146937
- Archive Date
- 8/6/2015
- Point of Contact
- Richelle P. Wright, Phone: 2404027548
- E-Mail Address
-
richelle.wright@fda.hhs.gov
(richelle.wright@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft IDIQ SOW Food and Drug Administration Request for Information For FDA's Dashboard Analytics Requirements Anticipated Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Summary This Sources Sought / Request for Information (RFI) is issued in support of the anticipated acquisition of the Food and Drug Administration's procurement of services and licenses for the use, implementation, and operation of a dashboard analytics tool. It is anticipated that this requirement will result in the award of an Indefinite Delivery/ Indefinite Quantity (IDIQ) contract and, based on the responses to this Sources Sought / RFI, the FDA will be able to determine the appropriateness of small business participation. Background This Sources Sought / RFI is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. FDA will use this market research information to assess the market's capability to successfully meet FDA's Dashboard toolset requirements. FDA welcomes responses from all interested parties. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. However, FDA reserves the right to contact vendors if additional information is required. The FDA is requesting comments on the attached draft SOW from both large and small businesses. Comments from all sized firms are welcome. In addition, the purpose of this Sources Sought / RFI is twofold: first, to determine the acquisition strategy regarding small business participation, and second, to obtain industry comments on the draft Statement of Work (SOW). Through this process, the FDA is requesting the capabilities and past performance of small business contractors interested in providing these services across the FDA. Interested small business contractors including Small Disadvantaged Business, Women-Owned, 8(a)'s, HUBZones, Veteran-Owned, or Service Disabled Veteran-Owned Small Businesses are encouraged to respond. General Instructions A complete response to the RFI should include answers to all of the questions below. Responses should demonstrate capability, not merely affirm the respondent's capability (e.g.: The response must go beyond the statement that, "XYZ company can provide a dashboard tool."). Instructions for All Businesses: Interested parties are encouraged to submit comments and suggestions related to the draft Statement of Work. Please submit response in Microsoft Word or PDF format. Information should not exceed ten (10) one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. Further instructions for Small Businesses: In addition to comments and suggestions to the draft items listed above, small business respondents shall include the information required in items 1-3 below. Please submit response in Microsoft Word or PDF format. Any company proprietary information must be marked as such. Information should not exceed three (3) one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. This brings the total page limitation for small businesses to thirteen (13) one-sided 8½11 pages (including the ten (10) pages of comments as referenced above). Item 1. Company name, address, telephone number, a point of contact with e-mail address, and Data Universal Numbering System (DUNS) number. Indicate small business size status, if applicable, including status as a Small Disadvantaged Business, 8(a), Woman-Owned, HUBZone, Veteran-Owned, or Service Disabled Veteran-Owned Small Business. Item 2. A summary of the company's past performance providing services of similar size and scope, similar to those identified in the attached Draft Statement of Work during the past three years, including any on-going contracts. Include contracting activities/agencies, contract numbers, contract value, contract period of performance, number of labor hours provided during the period of performance, the number of locations covered by each contract, whether your company served as a prime contractor or subcontractor, and a point of contact at the contracting activity who can verify the information you provided. Item 3. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. Responses should be emailed to Richelle Wright, Contracting Officer at Richelle.Wright@fda.hhs.gov no later than 1:00 PM (noon) Eastern Time, July 22, 2015. Questions to be answered by all Businesses, regardless of size: 1.The purpose of this Statement of Work is to convey the current FDA organization, objectives, applicable scope, and task areas, and to solicit a Contractor to provide a dashboard tool. Individual task orders will be issued to obtain specific Dashboard Toolset services. The representative technology described in the SOW is comprehensive and is intended to provide an overall understanding of the Dashboard Toolset technologies employed by the FDA and level of expertise and capabilities sought for a contract. Please describe your capability in the task areas provided below. oTask Area - Project Management / Oversight oTask Area - Testing oTask Area - Documentation oTask Area - Transition oTask Area - Service Level Agreement oTask Area - Performance Incentive Program oTask Area - Reporting Requirements and Deliverables These are not specific task areas in the Draft Statement of Work, but are methodologies that FDA is interested in exploring. 2.Please provide suggested appropriate North American Industry Classification System (NAICS) code and rationale. 3.Please provide the following: a.Organization name b.DUNS number c.Organization's website d.Contact Name e.Contact Telephone f.Contact E-mail address g.Size designation h.Number of employees in your organization i.Your organization's current and gross revenue 4.Provide information concerning which contract vehicles your company has available to be used by the FDA in acquiring the services outlined in the draft SOW (GSA Federal Schedules, Government wide Acquisition Contract, etc.). 5.Is the scope of the draft IDIQ SOW clearly defined? Do you understand what FDA requires? If not, what information needs to be added, changed, and/or reworded in order to clarify the Government's requirements? Please provide the referenced SOW sections and page numbers with your response. 6.Please note any additional considerations your company suggests critical to this procurement. 7.Is your product subscription-based and expandable or not controlled/priced by user licenses/packages? 8.Does your product have the capability to integrate with third party software and databases (e.g., approximate string matching services (SOLR))? 9.Is your product capable of being enhanced and customized based on regulatory and agency requirements? 10.Does your product have capablities of graphical displays of the following metrics: a.Sums/Counts b.Ranks c.Time series data d.Trending e.Overlays using multiple datasets 11. How many administrative users are allowed with the software licenses or package? 12. Does your product have a restriction on the amount of data storage? If not, what is the cost structure of the data storage capabilities? 13.Does your product allow for virtual dashboard views from remote devices? 14.Does your product allow for data aggregation and display of greater than 1 million records? If not, can data in detailed dashboards be summarized before query time to increase query speed and provide data to transfer to summary dashboards? 15.Does your product allow for selectable data objects within graphical formats to view the underlying data details (e.g., drill-down capability)? 16.Does your product allow for the graphical displays to use multiple linked data sources? 17.Does your product allow for an external facing Dashboard to have an unlimited amount of concurrent users without user accounts? If not, what is the limit of concurrent users that would affect performance? 18.Can your product accommodate updates to the source data on a daily basis? 19.When updates are being done to the source data, what is the effect on the dashboard's availability? Attachment: 1.Draft IDIQ SOW
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-15-1146937/listing.html)
- Place of Performance
- Address: Off-site at Contractor's Facility with meetings held at FDA, Rockville, Maryland, United States
- Record
- SN03792140-W 20150711/150710000426-d7fdd108d500dba5e9fec482a9df4878 (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 |