SOLICITATION NOTICE
D -- 36C24E-22-AP-0641 | 688-23-1-5264-0003 | Data Science as a Service (DSaaS)
- Notice Date
- 11/16/2022 8:01:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E23Q0010
- Response Due
- 11/3/2022 7:00:00 AM
- Archive Date
- 12/03/2022
- Point of Contact
- Michael Haydo, Contracting Officer, Phone: (412) 822-3158
- E-Mail Address
-
michael.haydo@va.gov
(michael.haydo@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C24E23Q0010 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This requirement will be made using a cascading set-aside under the associated NAICS code 518210 with a small business size standard of $35M. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of best value to the government in accordance with the specifications and instructions outlined in FAR 52.212-1 and FAR 52.212-2 with addendums. The following are the minimum specifications: STATEMENT OF WORK GENERAL INFORMATION Title of Project: Data Science as a Service. Scope of Work: The contractor shall data science support and subject matter expertise in support of National Artificial Intelligence Institute (NAII) projects. The contractor shall be tasked will supporting a wide range of project involving artificial intelligence, data science, machine learning and data analysis in support of NAII projects as well as VHA, VA and other priorities Place of Performance: The work will be remote at the contractor s location. Travel is not expected for this contract however any required travel outside of contractor s local area will be reimbursed as appropriately with prior clearance. Period of Performance: One base period of eight (8) months and four (4) option periods of twelve (12) months each. Type of Contract: An Indefinite Delivery/Indefinite Quantity contract with Firm-Fixed Price task orders. GENERAL REQUIREMENTSShould I add more The contractor shall assist the NAII on a variety of project requiring data science work and subject matter expertise. The contractor shall ensure the products are of high quality and will ensure the that each deliverable meets to the specified standards. The contractor shall conduct all actions remotely at the contractor s location. The contractor shall be able to adjust to a variety of different projects using different skillsets. There is an understanding that, even at highly skilled level, data scientists have areas of strengths of focuses. Every effort will be made to match those skills and preferences to project however that will not be guaranteed. The contract shall provide a Data Science Project Manager (DPM) (800 hours). This role will onboard data scientist, assist NAII team members with development of Key Analytic Questions (KAQs), meet with stakeholders and help to refine research objectives and goals. This role will also assist in the production of documents for the IRB. The contractor shall provide Junior Data Scientist (400 hours). These are undergraduates with engineering degrees or equivalent and are generally unspecialized in their data scient/AI (artificial intelligence)/ML (machine learning)/predicative analytics work. The contractor shall provide Data Scientists (1600 hours). These are graduate level scientists with 2-5 years work experience and the ability to execute most of the analytic work. The contractor shall provide Senior Data Scientists (400 hours). These are PhD level professionals with highly specialized skillsets. They will provide oversight on the Data Scientists and Junior Data Scientists, ensuring the proper methods and ethical standards are followed and that quality is maintained. The contractor shall provide a Technical Writer (400 hours). Technical writing will facilitate the publication of research papers or white papers as well as creating data dictionaries and clear, detailed reports. Contractor shall be experienced in the operations of the VA, research policies, data privacy, and HIPPA as well as current best practices in data science and predicative analytics. TASKS AND ASSOCIATED DELIVERABLESShould I add more The contractor shall product high quality products and develop plans in support of NAII operational objectives as defined in the contract. Deliverables shall be delivered electronically. Contractor shall iterate on deliverables, incorporating feedback from government personnel as required. The specific deliverables will be defined by in during the execution. The COR will assign the data scientists to project with the input of the DPM. Provide the above personnel DELIVERABLES: METHOD AND DISTRIBUTION OF DELIVERABLES Unless otherwise stipulated, written deliverables shall be phrased in plain English. Statistical and other technical terminology shall not be used without providing a glossary of terms. The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include Microsoft 365, MS Word 2000/2003/2007/2010/2019, MS Excel 2000/2003/2007/2010/2019, MS PowerPoint 2000/2003/2007/2010/2019, MS Project 2000/2003/2007/2010/2019, MS Access 2000/2003/2007/2010, MS Visio 2000/2002/2003/2007/2010/2019, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). Additional format for Data Science work may be accept at the discretion of the COR. Note: Days used in the table below refer to calendar days unless otherwise stated. Deliverables with due dates falling on a weekend or holiday shall be submitted the following Government workday after the weekend or holiday. (Indicate delivery dates in terms of number of days after (DAC) award. If a deliverable is requested in draft, and then final submission-the deliverable line item is complete, no further update can be requested. Continued reporting should be a separate line item. A Mark for and Ship To address (including Inspection/Acceptance requirements) must be provided for all hardware deliverables. Electronic submission of S/W or paper deliverables should be the norm unless otherwise stated. Email addresses must be provided. Although email addresses are provided below for all POC s, table must be clear as to who receives the deliverables.) Task Deliverable ID Deliverable Description 1 A Contractor Project Management Plan Due Thirty (30) days after contract (DAC) and updated monthly thereafter. Electronic submission to: VA PM, COR, CO. Inspection: destination Acceptance: destination 2 A Bi-Weekly Progress Report Due No Later Than noon EST, every other Thursday throughout the period of performance (PoP). Electronic submission to: VA PM, COR, CO Inspection: destination Acceptance: destination 3 B Quarterly Progress Report Due no later than noon EST, the first Thursday of each quarter throughout the period of performance (PoP). Electronic submission to: VA PM, COR, CO Inspection: destination Acceptance: destination 4 C Final Report and Briefing Slides Due Two weeks prior to the end of the contract Electronic submission to: VA PM, COR, CO Inspection: destination Acceptance: destination 5 A VA HIPAA Certificate of Completion Due 1 week after contract award Electronic submission to: VA PM, COR, CO. Inspection: destination Acceptance: destination 6 B VA Privacy and Information Security Awareness and Rules of Behavior Training Certificate Due 1 week after contract award Electronic submission to: VA PM, COR, CO. Inspection: destination Acceptance: destination 7 C Signed Contractor Rules of Behavior Due 1 week after contract award Electronic submission to: VA PM, COR, CO. Inspection: destination Acceptance: destination 8 A Accelerate application Acceptance Signoff Due Electronic submission to: VA PM, COR, CO. Inspection: destination Acceptance: destination 9 A Contractor Staff Roster Due 3 days after contract award and updated throughout the PoP. Electronic submission to: VA PM, COR, CO. Inspection: destination Acceptance: destination TECHNICAL KICKOFF MEETING A technical kickoff meeting shall be held within 10 days after TO award. The Contractor shall coordinate the date, time, and location (will be virtual) with the Contracting Officer (CO), as the Post-Award Conference Chairperson, the VA PM, as the Co-Chairperson, the Contract Specialist (CS), and the COR. The Contractor shall provide a draft agenda to the CO and VA PM at least five (5) calendar days prior to the meeting. Upon Government approval of a final agenda, the Contractor shall distribute to all meeting attendees. During the kickoff-meeting, the Contractor shall present, for review and approval by the Government, the details of the intended approach, work plan, and project schedule for each effort via a Microsoft Office PowerPoint presentation. At the conclusion of the meeting, the Contractor shall update the presentation with a final slide entitled Summary Report, which shall include notes on any major issues, agreements, or disagreements discussed during the kickoff meeting and the following statement As the Post-Award Conference Chairperson, I have reviewed the entirety of this presentation and assert that it is an accurate representation and summary of the discussions held during the Technical Kickoff Meeting for the Accelerate Provider Directory effort. The Contractor shall submit the final updated presentation to the CO for review and signature within three (3) calendar days after the meeting. The Contractor shall also work with the CS, the Government s designated note taker, to prepare and distribute the meeting minutes of the kickoff meeting to the CO, PM, COR, and all attendees within three (3) calendar days after the meeting. The Contractor shall obtain concurrence from the CS on the content of the meeting minutes prior to distribution of the document. CHANGES TO STATEMENT OF WORK Any changes to this SOW will be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Cost incurred by the contractor through the actions of parties other than the CO will be borne by the contractor. Reporting The contractor shall report on the contractor s accomplishment twice monthly at a minimum Deliverable: Bi-Weekly Progress Report This is a requirement for Data as a Service as described above. All responses to the Combines Synopsis/Solicitation shall meet, as a minimum, all of the specifications outlined above. All responses shall include specific information which demonstrates equivalency to the above characteristics. Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 11/23/2022 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov Attachments: 1. Applicable Provisions and Clauses 2. System Info and General Security Requirements
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dd24bdea4f9a40fb802cf07c5e626a54/view)
- Record
- SN06519205-F 20221118/221116230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |