Massachusetts Bids > Bid Detail

Integration of Single Sign On (SSO) solution into Cavatica Platform

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159373747864484
Posted Date: Feb 6, 2023
Due Date: Feb 14, 2023
Solicitation No: 75N95023Q00097
Source: https://sam.gov/opp/b93d669e44...
Follow
Integration of Single Sign On (SSO) solution into Cavatica Platform
Active
Contract Opportunity
Notice ID
75N95023Q00097
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 06, 2023 02:56 pm EST
  • Original Date Offers Due: Feb 14, 2023 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    Charlestown , MA 02129
    USA
Description



NON-COMPETITIVE



COMBINED SYNOPSIS / SOLICITATION



RFQ # 75N95023Q00097





Title: Integration of Single Sign On (SSO) solution into Cavatica Platform





(i) 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.





(ii) The solicitation number is RFQ # 75N95023Q00097and the solicitation is issued as a request for quotation (RFQ).





This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.





THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).





The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Seven Bridges Genomics Inc., 529 Main St. Ste 6610, Charlestown, MA 021229-1125 for Integration of Single Sign On (SSO) solution into Cavatica Platform.





This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-01, with effective date December 30, 2022.





(iv) The associated NAICS code 541512 and the small business size standard OF $34 million in annual receipts. This acquisition has no set-aside restrictions.





(v) This requirement is for the following Integration of Single Sign On (SSO) solution into Cavatica Platform.





(vi) The NCATS’ Rare Disease Clinical Research Network (RDCRN) wishes to integrate their single sign-on (SSO) solution into the Cavatica Platform. The Cavatica Platform is a commercial data analysis and sharing platform used by researchers to share access to pediatric genomics data. SSO will allow RDCRN users to sign in from their home organization rather than maintain a separate sign-on identify with Cavatica. Cavatica is developed by Seven Bridges and funded in part by grants from the NIH Common Fund. The RDCRN runs Shibboleth IdP, running in a proxy mode relying on logins through InCommon institutions, eRA, and login.gov. RDCRN has full ownership of the identity provider (IdP) and it is fully managed.





Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the specific requirements below:





The vendor will provide the following deliverables:






  • RDCRN users can login on the Platform using SSO provided by the RDCRN IdP.

  • RDCRN users can log out and during log out the control will be transferred to the SLO endpoint of the RDCRN IdP for global logout process.

  • The Platform will publish logout endpoint to allow for single logout process.

  • The Platform will support SP initiated SSO as well as IdP initiated SSO.

  • The Platform will implement RelayState per SAML specification of the IdP initiated SSO to allow user redirection to specific parts of the Platform upon login (e.g. specific project, etc.).

  • The Platform will accept a common user login identifier with the RDCRN IdP – identified as RDCRN ID (e.g. user.name@rdcrn.org).

  • The Platform will also maintain user email as a separate attribute from the user login identifier.

  • The Platform will allow RDCRN user and group creation, update and removal through an API endpoint.

  • The Platform will provide access in production mode to up to 10 users chosen by NCATS and the RDCRN.





(vii) “The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 6 months starting from the Kick-Off Meeting, to be scheduled within 4 weeks of award.





(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of provision)





The following provisions apply to this acquisition and are incorporated by reference:




  • FAR 52.204-7, System for Award Management (Oct 2018)

  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018)

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018)

  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)







The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html





(End of clause)





The following clauses apply to this acquisition and are incorporated by reference:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.

  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)





The following provisions and clauses apply to this acquisition and are attached in full text:




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022)

  • NIH Invoice and Payment Provisions (April 2022)





(ix) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.





(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.”





(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.





(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.





(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text.





(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.





(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.





(xv) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.





The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.





All responses to this RFQ must be received by 3:00pm Eastern Time on February 14, 2023 and must reference the solicitation number cited above. Responses must be submitted via email to Maggie Brant at maggie.brant@nih.gov.





Fax responses will not be accepted.





(xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Maggie Brant, Contracts Specalist, at 301-827-1771 or maggie.brant@nih.gov.





Attachments



1 - FAR 52.212-4 Addendum



2 - FAR 52.212-5



3 - FAR 52.204-24



4 - FAR 52.204-26



5- Statement of Work



6- NIH Invoice and Payment Instructions




Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 06, 2023 02:56 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >