Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2002 FBO #0277
MODIFICATION

D -- INFORMATION SYSTEMS DEVELOPMENT AND MICROCOMPUTER SUPPORT SERVICES

Notice Date
8/16/2000
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2000-N-00120
 
Response Due
9/18/2000
 
Point of Contact
Deborah Fallick, Contract Specialist, Phone (770)488-2602, Fax (770)488-2670, Email DFallick@CDC.GOV
 
E-Mail Address
Deborah Fallick
(DFallick@CDC.GOV)
 
Description
THIS MODIFICATION DOES NOT SUPERSEDE SYNOPSIS SENT OUT ON 07/07/2000; RATHER IT IS A REQUEST FOR INPUT. ALL INFORMATION CONTAINED IN ORIGINAL SYNOPSIS, INCLUDING THE DUE DATE, REMAINS THE SAME. REQUEST FOR INPUT FROM INTERESTED SMALL BUSINESS CONCERNS AND OTHER INTERESTED PARTIES - In August 1999, CDC created the Comprehensive Information Technology Contract Work Group, composed of representatives from the CDC's Centers, Institutes, and Offices (C/I/Os) to develop a recommendation as to the strategic direction CDC/ATSDR would follow for programming and microcomputer IT contractor support and services. The goal was to produce a decision document to serve as a tool to: establish a shared understanding of contracting considerations reviewed by CDC, provide management with available alternatives; and recommend alternatives for contracting mechanisms that can best achieve CDC's mission. The Work Group conducted research and evaluation of available information in order to recommend a contracting approach that would be the most advantageous method for CDC to procure a large CDC wide information technology support services contract. In addition, based on input from the work group members, 21 questions were drafted for industry response, and a Request for Information was published in the Commerce Business Daily. CDC received responses from 24 vendors that addressed the questions included in the RFI. Based on the research and evaluation of different types of vehicles, following are the six contract alternatives, that the work group agreed would be evaluated: (1) Two Single Award Contracts, (2) Two contracts, each with separate scopes and multiple awards to several contractors, (3) Multiple award, Government Wide Acquisition Contracts, (4) Single Scope/Single Prime Vendor (with Subcontractors), (5) Multiple Contractors/Single Scope, and (6) Multiple Scopes/Multiple Vendors. The Work Group Decision Document Sub-Committee developed the preliminary document and submitted it to the work group with recommendations for the first and second choice alternatives. The Work Group recommended to CDC's management one comprehensive contract with a single prime vendor and a single scope of work - combining programming services and microcomputer services - as the best approach for CDC to follow. Two awards with a single prime vendor, one with a microcomputer scope of work and one with a programming services scope of work was recommended as the second best approach for CDC. Further, it was recommended that the contract be flexible enough to allow task orders to be issued as fixed price, T&M, etc. Both alternatives should provide for a manageable environment in which protection of information and systems can be woven readily into CDC's collaborative efforts, from conceptual design to ultimate returement of a system. To promote flexibility and continuous competition, both of these contracting alternatives are non-requirements, and allows CDC to choose other contracting vehicles, e.g., GWACs. As a result of the approval of CDC management for a single award, non-requirements type environment using full and open procurement procedures, The Centers for Disease Control and Prevention (CDC) intends to issue a draft request for proposals for the acquisition of information systems development and microcomputer support services followed by a final RFP issued on or about 01/01. The contract, anticipated to be awarded in 10/01 will be a single award, ID/IQ Task Order type contract with the flexibility to award cost plus fixed fee, fixed price, time and materials and labor hour task orders dependent on the scope of the statements of work associated with the task order. The contract will not be a requirements type contract. The period of performance is 7 years with a basic period of performance and annual option periods not to exceed 84 months. The estimated number of hours for the effort is 9,079,000. CDC is pursuing a contract that will include programming services scopes of work which heretofore were small business set-asides in Cincinnati, Ohio and Morgantown, West Virginia, as well as the inclusion of the newly awarded, 2 1/2 year CDC-wide Microcomputer Support and Services contract also awarded as a total small business set-aside. CDC will request approval of the bundling of these scopes of work from the Small Business Administration and pending their approval will issue the final RFP with these scopes included in the RFP. Anticipated release time for the Draft RFP is late August, 2000. The work under this contract is anticipated to consist of a variety of programming and microcomputer support services to CDC and the Agency for Toxic Substances and Disease Registry (ATSDR) for various information systems technologies and computing platforms which includes mainframe, microprocessor workstation, and network server technologies and client-server applications. Work involves information and data analysis systems in support of CDC's mission, for performing requirements analyses; design and development of new systems; ensuring information systems security; modification, maintenance and conversion of existing systems; data and database administration; training users in both CDC-developed and commercial applications; hot-line user support to application users such as CDC staff and state and local health professionals throughout the U.S. in the use of CDC-developed applications; programming support for the analysis of scientific, statistical, and public health data; systems integration, data conversion, and data communications via networking and telecommunications between disparate systems and geographic locations; data entry and keypunch support; graphics and desktop publishing; and computer center facilities operation. Work to be performed also includes hardware repair and maintenance of Government microcomputer equipment; maintaining a spare parts inventory; software support including installation, integration, operation and user orientation; local and wide area network administration and support; problem diagnosis and tracking including maintaining a CDC-wide Help Desk; and video teleconferencing support. Existing technology is primarily Pentium-based microprocessors and installed microcomputers run Windows 95 and NT which are connected to IBM token ring and Ethernet Local Area Networks (LANs) running Novell NetWare version 4.11 operating system (soon to be upgraded to 5.x). CDC plans to migrate to Novell NetWare 5.x in the near future, and to Sonet ring in the next 12 - 18 months. CDC's network topology is a combination of token ring over type 1 cable, FDDI over category 5 cable, and Ethernet over type 1 or category 5 cable. Supported protocols are TCP/IP, IPX, and SPX and CDC interconnects to the Internet. The LANs are connected together into a Wide Area Network (WAN) using multi protocol and high speed routers over fiber optic cable or leased data lines. A broadband Metropolitan Area Network (MAN) interconnects all large Atlanta campuses. Currently FDDI is the method used for the WAN. Within a 12 -18 month period, the WAN will use ATM over T-1 and the MAN will migrate to an OC-48 network. Offerors must be capable of repairing and maintaining equipment from a variety of manufacturers, i.e., Dell, Compaq, AST, SUN microcomputers, with a few MacIntosh. Contract performance will be at CDC's primary offices in Atlanta, GA as well as in Washington, DC; Cincinnati, OH; Morgantown, WV; Hyatttsville, MD; and Research Triangle Park, NC, as well as in the contractor's facilities. Travel may also be necessary to other CDC sites such as Anchorage, AK; San Juan, PR; and occasional travel outside the United States. The draft solicitation will be available on or about August 31, 2000. Written or electronic comments only. Provide comments not later than 09/18/00. Comments will be included in our SBA request for bundling document. Comments should specify RFP 2000-N-00120. Telephone comments will not be considered. Point of Contacts: CDC: Deborah S. Fallick Address: 2920 Brandywine Road, Atlanta, Georgia 30341, E-mail address: dsf2@cdc.gov. SBA: Ms. Anna Pender, Post Office Box 611, Warner Robins, Georgia 31099. Telephone: (912) 926-5874. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-AUG-2000). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 03-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/CDCP/PGOA/2000-N-00120/listing.html)
 
Record
SN00156972-F 20020905/020903221236 (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.