Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2024 SAM #8146
SOURCES SOUGHT

70 -- RFI: Intellectual Property (IP) and Technology Transfer (T2) Database and related Services

Notice Date
3/15/2024 9:28:42 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-24-R-0047
 
Response Due
3/25/2024 7:00:00 AM
 
Archive Date
04/09/2024
 
Point of Contact
Lisa Kuhns, Phone: 3016192336
 
E-Mail Address
lisa.z.kuhns.civ@health.mil
(lisa.z.kuhns.civ@health.mil)
 
Description
Request for Information/Sources Sought (Request for Capability Statement) Intellectual Property (IP) and Technology Transfer (T2) Database for United States Army Medical Research and Development Command Office of the Staff Judge Advocate (OSJA) 1.0� Purpose of this RFI/SSN THIS IS A REQUEST FOR INFORMATION (RFI)/Sources Sought Notice (SSN), as well as Industry Feedback, ONLY for an anticipated competitive procurement action. This RFI/SSN is issued solely for information and planning purposes � it does not constitute a solicitation, nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this posting will be solely at the interested vendor�s expense. Not responding to this RFI/SSN does not preclude participation in any future Request for Proposal (RFP), if any is issued. This RFI/SSN is issued solely for information and planning purposes to determine the number and socioeconomic size of sources capable of meeting the upcoming requirement for the United States Army Medical Research and Development Command (USAMRDC), Office of the Staff Judge Advocate (OSJA) for licenses for a database system (accessible through a web browser) to continue to track all IP, T2 agreements, and to generate reports and metrics to support various OSJA reporting requirements. The Government anticipates a docketing and database product/solution as a subscription-based software model with annual license fees. Per user licenses (seat licenses) are not contemplated; licenses based upon volume of records are preferable. As further detailed below and in the attachment, associated services to include customer support services, training, and some flexibility for configuration and customization are also required. If submitting a capability statement to this RFI/SSN, please review Section 3 below (and Appendix A) and submit a capability statement that describes relevant experience based upon the size and scope of the outlined requirement in relation to the attached (draft) Performance Work Statement requirements. Please do not regurgitate the draft PWS tasks and/or required characteristics; rather, interested vendors shall outline company specific capabilities that match the work and/or software functionality outlined in the draft PWS in order for the Government to make a fair capabilities determination. Capability statements will be evaluated to the degree to which they demonstrate: (1) Described relevant experience based on the size and scope of the outlined requirement; (2) Describes company specific capabilities that match the characteristics and the work outlined in the draft PWS. The Government�s evaluation will be internal and vendors will not be provided the results nor will a �debrief� be provided. 2.0� Minimum Essential Characteristics and Capabilities: The Minimum Essential Characteristics of the system are comprised of Operating Characteristics, Performance Characteristics, and Functional Characteristics/Capabilities. It is anticipated the proposals will be required to demonstrate an ability to meet or exceed ALL of the Minimum Essential Characteristics and Capabilities provided on pages 3 � 9 of the draft PWS in order to be considered for award. Therefore, a solution�s inability to meet any of the Operating Characteristics, Performance Characteristics, and Functional Characteristics/Capabilities would render a submitted capability statement as �Not Fully Capable.� 2.1. Operating Characteristics: The system shall be accessible through a web-based browser specifically, Microsoft Edge version 122.0.2365.52 (Official Build) (64bit) 11 or newer. If the software provided includes or depends upon third-party software (with the exception of those identified under 3.1.(a) and 3.1.2.(a)) to provide required functionality, the version of third-party software used/supported must be actively maintained by the third party with security patches being made available at no additional cost. If third-party software is required that is not part of the basic system or is needed to implement optional modules or customization, vendor will identify such software. The docketing and patent database system shall have or shall be capable of receiving Authority to Operate (ATO) and comply with all applicable DoD and DHA IT requirements as well as the Risk Management Framework (RMF). The successful Offeror shall obtain all necessary authorizations for Operations and Access by the End User (as further specified in Task 4.1. of the PWS) within 4 months after contract award. The successful Offeror shall comply with the requirements of Army Regulation 25-2, Information Assurance, and any other DoD and DHA requirements in providing account management services to manage the approval, creation, modification, and deletion of user accounts. The contractor shall comply with the requirements of DoDi 8510.01 RMF for DoD IT. Meet all operating characteristics provided under PWS Section 3.1.1. (�Operating Characteristics Applicable Only to cloud hosted (vendor hosted) system�) and/or PWS Section 3.1.2. (�Operating Characteristics Applicable Only to on-Premises Solution�), as applicable.� If your capability statement is suggesting �either/or� or �both� solutions then your capability statement must demonstrate capability requirements for �either/or� or �both� depending on your response and capability(ies).� A submitted capability statement suggesting both solutions will be evaluated separately with the Government evaluating each capability on it�s own merit. 2.2. Performance Characteristics: System shall provide for unique and single sign-on capability for users. System shall integrate with server host authentication procedures (use of DoD Common Access Card). System shall allow for a variety of configurable user types and user level permissions. System shall provide for patent case family groupings. System shall display case family relationships for related inventions, patent applications, and related technology transfer agreements (e.g., CRADAs and licenses). Legacy Data. System shall be capable of receiving and storing legacy data in various formats. See Task 3 within this PWS for the requirements related to data audit, review, and evaluation of the Government�s existing legacy electronic data for identification and correction of data errors or mobility issues. 2.3. Functional Characteristics/Capabilities: The function Characteristics/Capabilities are further detailed within the attached (draft) PWS and include (but are not limited to) the following areas: Publication Review Research Disclosure Management Invention Management Docketing Financial Management and Maintenance of Patents and Applications Agreements Marketing and Customer Relationship Management Contact and Organization Records Full System Requirements System User/Administration Guides Extramural Records � 3.0� How to Respond a)� Please provide a capabilities statement of no more than 10 single sided pages that addresses the questions posed in Appendix A. The formal closing date for this RFI/SSN and for the submission of responses is NLT 25 March 2024 at 1000 ET. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats to the POC, Ms. Lisa Kuhns at the following e- mail address: lisa.z.kuhns.civ@health.mil b)� Each response should include the following Business Information: Company name, mailing address, e-mail address, and telephone number, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Name, title, telephone number, and e-mail addresses of individuals (if different from the point of contact identified above) who can verify the demonstrated capabilities identified in the responses; and (if any) demonstrated FEDRAMP or DoD ATO instances. Unique Entity ID, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for Award Management (SAM, at www.sam.gov) to be considered as potential sources. Description of business size (Large Business, Small Business, 8(a), HUBzone Business, etc.). *Total e-mail file limit size is restricted to 5MB. Files exceeding this threshold shall be submitted over multiple messages and be identified as �Message #x of #x�. Appendix A Describe your organization�s customer base and years of experience in the services identical or similar to those in the draft PWS. Summarize your organization's specific and relevant technical capabilities as they relate to the above listed Minimum Essential Characteristics as well as experience and expertise to fulfill this requirement. Describe your relevant past performance for projects of similar size and scope for this requirement. Please provide examples or provide references of similar software solutions offered that relate to this requirement. Indicate whether or not your company�s solution is cloud-based. If cloud-based, has Federal Risk and Authorization Management Program (FedRAMP) approval been obtained? List any and all Government IDIQ Contracts (e.g. Federal Supply Schedule, OASIS, etc.) you currently hold (to include the vehicle and your contract number) that could be used to fulfill this requirement. Please indicate whether or not your company offers subcontracting opportunities. Information provided may help to inform the Government in developing an evaluation strategy for Small Business Participation (e.g., Small Business Participation goals) under any future solicitation, if applicable. Appendix B While not required, interested vendors are invited to provide responses to the following additional items. Responses to the following are not subject to the 10-page limit specified above. Feedback on the attached PWS. This feedback may include comments to specific Minimum Essential Characteristics, general areas of ambiguity, etc. Feedback will be reviewed by the Government to determine if edits/changes are needed prior to issuance of any future solicitation. Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government's requirement as outlined in the PWS. 4.0� Summary THIS IS A REQUEST FOR INFORMATION ONLY to allow any potential sources that offers a commercial docketing and patent database software system along with associated support services the opportunity to submit their interest. The information provided in the RFI/SSN is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the products and services discussed, and release of this RFI/SSN should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. The Government will not entertain questions regarding this Market Research. All submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fa1c37e737d459ca3e9a43302ee824e/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06999233-F 20240317/240315230050 (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 |
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.