Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOURCES SOUGHT

D -- Commercial Software Program

Notice Date
1/9/2018
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA_18-223-SOL-1193997
 
Archive Date
2/1/2018
 
Point of Contact
Yolanda T. Rankin, Phone: 2142534954
 
E-Mail Address
yolanda.rankin@fda.hhs.gov
(yolanda.rankin@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the National Center for Toxicological Research (NCTR) in order to determine if there are existing small business sources capable of providing a Commercial Software Program with 4 (1-year Post-Warranty Maintenance Option periods). If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 511210 - Software Publishers; with a Small Business Size Standard in dollars of $38.5 Million, and believe that your firm would be able to provide the FDA with the services described below, please submit an email to yolanda.rankin@fda.hhs.gov. The vendor should include information about the company and demonstrate that it can meet all of the minimum performance requirements. Background: The FDA/NCTR Veterinary services and Institutional Animal Care and Use Committee (IACUC) has a requirement for a Commercial Software Program for tracking animal Protocol, Animals in study and Animal room use. The Animal Welfare Regulations, Animal Welfare Act, The Guide for the Care and Use of Laboratory Animals administered through Office of Laboratory Animal Welfare (OLAW), and the AAALAC accreditation program require animal facilities to have approved IACUC protocols prior to animal activities being performed, for annual review of those activities, for triennial review and approval prior to continuation of the activities, and that all animals are in compliance, with the approved IACUC protocol. NCTR has historically used in-house forms, Outlook appointments, and Excel spreadsheets to manage compliance with these requirements. NCTR requires a program that can standardize and streamline the process to prevent human errors and the resultant non-compliances. The software program will enable the veterinarians to perform their job effectively while ensuring compliance with regulatory guidelines. Minimum Technical Requirements for the Commercial Software Program: •Shall provide a web-application compatible with at least two of the following browsers: Microsoft Internet Explorer version 11; Mozilla Firefox v. 56.0 or later; Google Chrome v. 59.0 or later. •Shall be compatible with Microsoft Windows Server 2012 R2 or Red Hat Enterprise Linux 7. •Shall store data and auditing information on an Oracle 12c database to be compatible with the existing IT infrastructure. •No connectivity to a public or private ‘cloud' server shall be permitted. •Shall require no more than two servers: one for the web application and one for the database. •Shall be capable being hosted on virtual servers (VMWare). •Software shall be Section 508 compatible - shall allow individuals with disabilities to have access to and use of information and data that is comparable to the access to and use of the information and data by individuals without disabilities •Shall provide installation and technical assistance via video conference, telephone and email to ensure the software is installed, configured and operational •Shall provide technical support via telephone and email during normal business hours (8 a.m. to 4 p.m. Central time, Monday thru Friday, excluding Federal holidays). •Shall be legally authorized to provide the software and technical support without violating the terms of the warranty. •Shall supply all software patches, updates or upgrades electronically via ftp or similar technology. •Shall be customizable to use the current IACUC protocol template, current amendment template, and current annual review template. •Shall be turnkey and shall be configurable by NCTR designated administrator to make changes to the IACUC protocol template, amendment template, and annual review template without specialized programming experience. •The IACUC component shall be able to send alerts to designated persons prior to protocol expirations and due dates via email. •Shall allow Investigator to complete the IACUC protocol in the software, for the IACUC administrator to send for review, the IACUC members to vote for full or designated review, and the IACUC members to review the protocol. •Shall allow printing of draft and approved IACUC protocols and amendments and annual reviews. •Shall have the capacity to support ~125 concurrent users •Shall have the ability to run United States Department of Agriculture (USDA) and AAALAC reports •Shall include an animal request system to only allow requests from sources, species, strain/stock, ages, gender, and numbers that are contained in the approved IACUC protocol. •Shall have an audit system to track all changes to protocols and to archive all completed protocols •Shall have a user friendly animal room scheduling, usage, and tracking system •Shall have a way to report all active studies per year (user defined), based off of room assignments Installation, Training and Warranty Requirements •The contractor shall provide the installation for the commercial software program; however, the contractor shall provide a minimum of one (1) day of on-site training (in addition to installation of the system) to include operations (including software), calibration, optimization, basic and routine preventative maintenance procedures and cleaning requirements. •The offeror shall conduct an onsite training session to provide a thorough demonstration of all system/solution functions, maintenance, data administration, basic troubleshooting and hardware/software operation; and software via manuals, telephone and email. •The offeror shall warrant the commercial software program for a period of at least one (1) year from acceptance by FDA. The warranty shall include: trouble-shooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts, and immediate access to system improvements and updates; unlimited telephone/e-mail support for questions regarding operation, onsite visits for diagnosis of problems and repairs inclusive of all parts, labor, and travel expenses at no additional cost to the FDA. Minimum Performance Requirements for the 4 (1-year Post Warranty Maintenance Option Periods): •The Contractor shall provide one (1) scheduled on-site planned preventive maintenance visit per year. •The Contractor shall provide unlimited On-Site Corrective Maintenance/Repairs within 3 business days of call for service where problems cannot be resolved remotely after 2 business days. •All updates and service will be performed by Government personnel with vendor assistance either in person or webex/phone call support. (Vendor will not be able to log into the system or act as an administrator on the system). •The Maintenance and Repair activities shall be performed following the Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc. •The Contractor shall include unlimited software and firmware updates during the coverage period(s). •The Contractor shall include unlimited technical support Monday through Friday (excluding Federal Holidays) 8:00AM - 5:00PM Central Time. •All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. Delivery Date: Five (5) months after date of award Option Year 1: 06/04/2019 thru 06/03/2020 Option Year 2: 06/04/2020 thru 06/03/2021 Option Year 3: 06/04/2020 thru 06/03/2021 Option Year 4: 06/04/2020 thru 06/03/2021 Delivery Location: Food and Drug Administration National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079 FOB Point Destination. All items shall include shipping, handling and in-side delivery to the destination identified herein. Delivery/installation date is within 5 months after receipt of order. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a product and service offered by another firm. • Past Performance information for the manufacturer and/or sale of same or substantially similar product and service to include date of sale, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • Descriptive literature, brochures, marketing material, etc. detailing the nature of the product and service the responding firm is regularly engaged in manufacturing and/or selling. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before January 17, 2018 by 13:00 hours (Central Time in Dallas, Texas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Yolanda Rankin 4040 North Central Expressway, Room 948, Dallas, TX 75204 or email yolanda.rankin@fda.hhs.gov. Reference: FDA_18-223-SOL-1193997. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre‐solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non‐proprietary technical information in any resultant solicitation(s). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_18-223-SOL-1193997/listing.html)
 
Place of Performance
Address: Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN04785363-W 20180111/180109231550-d54a4a8addad86a49c6eea8cd8120f71 (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.