Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

D -- DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT (HUD) INFORMATION TECHNOLOGY SERVICES (HITS) PRE-SOLICITATION NOTICE

Notice Date
4/19/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Housing and Urban Development, Office of Procurement and Contracts (OPC), Administrative Support Division, NCA, 451 Seventh Street, S.W., Room 5256, Washington, DC 20410
 
ZIP Code
20410
 
Solicitation Number
R-OPC-21970
 
Response Due
5/21/2001
 
Point of Contact
Anne McEvoy, Contract Specialist, Phone 202-708-1772 x7423, Fax 202-708-2933, Email Anne_V._McEvoy@hud.gov - Ted Stever, Director, Admin Support Div, Phone 202-708-1772 x7135, Fax 202-708-2933, Email Edward_T._Stever_Jr@hud.gov
 
E-Mail Address
Anne McEvoy
(Anne_V._McEvoy@hud.gov)
 
Description
Please note that this Pre-Solicitation Notice can be found in its entirety at www.hud.gov/cts/hits.html. The Relevant Experience Form must be downloaded from this site. HUD is seeking to partner with a world-class prime integration/outsourcing contractor. The prime contractor needs to have extensive experience in managing large IT projects and performing under contracts and agreements with performance based standards and metrics. This Pre-Solicitation Notice is issued under the auspices of Federal Acquisition Regulation 15.202, Advisory Multi-Step Process. This notice invites interested firms to submit information about their qualifications. HUD will evaluate all responses in accordance with the criteria in this notice and advise the interested firms of their viability in meeting HUD_s needs. Notwithstanding the advice provided by HUD, offerors may still participate in the resultant acquisition. HUD requests that the qualification package be submitted by the "potential" prime offerors. It should include any "Team" membership input with respect to potential subcontractors. Firms responding to this Pre-solicitation Notice are advised that the information and instructions for submitting Qualifications Information are fully contained in the Pre-Solicitation Notice. However, background and historical information pertaining to this solicitation is contained on HUD_s HITS web page, http://www.hud.gov/cts/hits.html. Invitation to Submit Qualification Information Qualification packages shall include the following information. Information beyond that requested is neither desired, nor will it be considered in the assessment. An original and two copies plus one copy on a CD-ROM in MS Word - Version 2000 shall be submitted to: Anne V. McEvoy Contracting Officer U.S. Department of Housing and Urban Development Office of the Chief Procurement Officer 451 Seventh Street, SW, Room 5266 Washington, DC 20410 Submission are due no later than 2:00 PM EST May 21, 2001 Responses should include respondent_s point of contact information. Competition-sensitive data may be provided and should be marked to indicate it is a "Competition-Sensitive Qualification Package": a. Identify all prime contract efforts of similar size, scope, and complexity as HITS that you performed within the last 5 years. For each identified project, provide a summary of that contract along with a completed Relevant Experience form. The summary shall not exceed three pages in length with Times New Roman 11 point font and 8 _ by 11" page size. The identified contracts can be with Federal, commercial or other customers. Size, scope, and complexity are broadly defined as follows: 1. Size: Approximately $50 million/year in contract services. 2. Scope: The full range of information technology infrastructure support services (e.g., data processing, communications, printing and distribution, applications maintenance, data recovery, LAN maintenance, PC maintenance, telecommunications/teleprocessing, software development and maintenance, security, program and project management, quality control). 3. Complexity: Supporting numerous systems and operations on a nationwide basis which includes providing IT services to over 13,000 desktop multi-functional workstations (of which approximately 3,000 are located at business partner or client sites), approximately 175 LANs with an integrated nationwide teleprocessing network, systems hosting approximately 250 to 300 different applications, nationwide telecommunications networks, wireless/mobile communications, electronic data interchange, data center and printing operations and facilities management, help desk services, and data (disaster) recovery capabilities. b. Provide the service level agreements (SLAs) or performance standards that are or have been applied to the identified programs. The service level agreements or performance standards should be specific and show the target performance levels that are set forth under the applicable contracts. Special emphasis will be placed on SLAs and performance measures that are tied to the achievement of the clients_ underlying business/mission objectives versus measuring information technology usage (e.g., uptime). Instructions: For each contract provided as a reference, vendors will complete the following form. Relevant Experience Form Item Description Yes/No Quantity 1 Was the referenced contract effort for IT outsourcing services valued at least $50,000,000 per year? 2 What is the average annual dollar amount of IT purchases (hardware and software) from suppliers and subcontractors during the term of the referenced contract? 3 Percent of total contract allocated to and dollars spent with small business, disadvantaged, and women owned firms: 4 What is the hours-per-day /days-per-week schedule of operational facility support provided? (e.g., 24 hrs./day, 7 days/week). 5 Was the respondent the prime contractor for the effort? 6 Was the contract_s scope comparable to HITS in terms of number of users (e.g., 10,000 Government personnel and 240,000 public users)? 7 Was the contract comparable to HITS in terms of number of transactions (est. 500,000 daily transactions)? 8 Number of major program applications developed and maintained: 9 Does the contract require support for major systems and applications that are highly diverse in their business processes (e.g., insurance systems, collections, mortgage auctions, bond payments, real estate and home equity databases, property management, budget formulation and human resources)? 10 Number of major systems (i.e., mainframes and major applications) requiring information exchange and interoperability with other systems (include systems under the contract and external to the contract): 11 Does the contract require operation of software applications comparable to the number used by HUD (est. 300 major and minor programs)? 12 What is the number of locations linked to the telecommunications system (HUD locations number approximately 110 sites nationwide)? 13 Number of wide and local area networks installed, operated and maintained (This includes voice, data, and internet public access systems.): 14 Does the contract require electronic data interchange (EDI) and internet service, and high volume electronic document transfer and processing? 15 Does the contract manage systems with public access communications traffic and web site visits at a level that is comparable to HUD_s (e.g., 70 million per month)? 18 Number of locations/users supported in nationwide desktop video conferencing, data imaging and remote access capabilities (HUD has approx. 85 sites/41,000 users): 19 Number of users receiving seat management type services (e.g., PC/workstation equipment and software management, maintenance, upgrades, and help desk support): 20 Does the contract provide disaster recovery capabilities and services for supporting high volumes of files (e.g., 100,000) to a large number of critical systems (e.g., 35) within a 24-hour recovery period? 21 Number of users receiving help desk support/coverage: 22 Does the contract require management and operation of major print facilities (e.g., volume of at least 1,000,000 pages/month)? Vendors/Respondents who wish to elaborate on any of the entries should do so in the three page summary submissions. Evaluation Criteria The Government will evaluate the submitted qualification packages based on the following criteria: Past Experience with Programs of Similar Size, Scope, and Complexity The Government will examine the contract efforts identified in the qualification package to determine the extent of experience the contractor has had over the past five years with programs similar in size, scope, and complexity as envisioned by HUD for the HITS program. Contractors with significant experience with programs of similar size, scope, and complexity will be deemed viable in this area. Quality of the Service Level/Performance Metrics The Government will examine the type and nature of the submitted service level/performance metrics. Contractors operating under metrics that address the underlying mission objectives of the client will be deemed viable in this area. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 06-MAY-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HUD/OPC/ASDNCA/R-OPC-21970/listing.html)
 
Place of Performance
Address: 451 Seventh Street, SW Washington, DC 20410 Plus HUD field office and remote facilities.
Zip Code: 20410
Country: USA
 
Record
SN00072552-F 20020508/020506214616 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.