Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

R -- BUSINESS TECHNOLOGY DIVISION STAFFING SUPPORT

Notice Date
8/13/2010
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
10-233-SOL-000351
 
Archive Date
9/30/2011
 
Point of Contact
Bettie Hartley, Phone: 301-443-7848, Jackie Jones, Phone: 301-443-6413
 
E-Mail Address
bettie.hartley@psc.gov, jackie.jones@psc.hhs.gov
(bettie.hartley@psc.gov, jackie.jones@psc.hhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Department of Health and Human Services, Program Support Center, Division of Acquisition Management intends to issue a Request for Proposal (RFP) on behalf of Federal Occupational Health (FOH) entitled Business Technology Support Division (BTS) Staffing Support” 5.205 (f), "Section 8(a) competitive acquisition". "When a national buy requirement is being considered for competitive acquisition limited to eligible 8(a) concerns under subpart 19.8, the contracting officer must transmit a synopsis of the proposed contract action to the GPE. (FedBizOps) The synopsis may be transmitted to the GPE concurrent with submission of the agency offering to the Small Business Administration (SBA). The synopsis should also include information - (1) Advising that the acquisition is being limited to eligible 8(a) concerns; (2) Specifying the North American Industry Classification System (NAICS) code; 541519 - Other Computer Related Services; Size Standard: $25M (3) Advising that eligibility to participate may be restricted to firms in either the developmental or the developmental and transitional stages; and (4) Encourage interested 8(a) firms to request a copy of the solicitation as expeditiously as possible. Synopsis: 1. Action Code: Pre-Solicitation Notice 2. Date: August 13 3. Year: 2010 4. Contracting Office Zip Code: 20857 5. Classification Code: R-Professional, administrative, and management support services. 6. Contracting Office Address: 5600 Fishers Lane Rockville, MD 20857 7. Subject: Competitive Award, limited to eligible 8(a) concerns, requirement entitled “Business Technology Division Staffing Support” 8. Proposed Solicitation Number: 10-233-SOL-00351 9. Closing Response Date: TBD 10. Contact Point: Bettie L. Hartley 301-443-7848 bettie.hartley@psc.hhs.gov 11. Contract Award and Solicitation number: TBD 12. Contract Award Dollar Amount: $TBD 13. Contract Line Item Number: TBD 14. Contract Award Date: January 2011 15. Contractor: TBD 16. Description: The purpose of this requirement is to provide support services for the Business Technology Support (BTS) group. BTS is the central Information Technology (IT) support group for the Federal Occupational Health (FOH) service, and is a branch of the FOH Administration and Resource Management (ARM) Division. FOH is an element of the Program Support Center (PSC), which is a StaffDiv of the Assistant Secretary for Administration (ASA), which, in turn, is an element of the federal Department of Health & Human Services (DHHS). FOH provides health consultation, and stimulates the development of improved occupational health and safety programs throughout the Federal government. The FOH mission is to improve the health, safety, and productivity of the Federal workforce. FOH assists Federal managers in establishing occupational health services for Federal employees to comply with mandated and voluntary occupational health standards; to monitor environmental hazards for special classes of employees; to counsel employees at physical or emotional risk from alcoholism, drug abuse, stress, or other job-related factors; to maintain a drug-free workplace; and to promote employee wellness and physical fitness. FOH is a 100% reimbursable activity; FOH receives no appropriated Federal funds and is entirely funded from revenue received from services provided to other Federal agencies, under interagency agreements (IAAs) issued under the Economy Act or other enabling legislation. FOH markets its services and consultations to customers, based on value and quality of product and is accountable to its customers for best value performance. FOH operates in an entrepreneurial business environment, competing with other public and private sector organizations for the Government’s business. FOH serves over 425 federal agencies through over 3,000 IAAs. To provide this service, FOH requires the ability to operate an information technology infrastructure that allows their staff and customers to securely exchange information electronically and to collaborate efficiently. For example, the Clinical product line provides services in over 400 health centers and many additional mobile clinics and private providers throughout the country. Consequently, one requirement is that staff be able to gain secure access to web-based applications to efficiently and reliably capture services provided. FOH and Customer managers need ongoing information about progress work to date, to ensure that they are within expectations. FOH customers expect to gain an understanding of what they are receiving and how it contributes to the efficiency of operations. The objective is to provide for effective communications and flexible systems that allow for the management of agreements and the supporting services. The intent is that these will aid in management of the revenue stream for the entire organization. The Mission of the BTS group is to provide a reliable IT infrastructure that supports mandated requirements and efficiently allows FOH staff to be as competitive as possible in the performance of their work. FOH provides support to approximately 3,000 users. This support is provided to FOH headquarters and administrative staff, customers, and the following FOH operational groups: Clinical Services, Employee Assistance Program and Environmental Health Services 17. Place of Performance: See below. 18. Set-aside Status: Limited to eligible 8(a) firms The anticipated period of performance is a basic period of one (1) year with four (4) twelve (12) month option periods. The solicitation will be issued approximately fifteen (15) days after issuance of this synopsis and will be made available electronically at http://www.fedbizopps.gov. Only electronic copies of this solicitation will be made available. Proposals will be due approximately 45 days after issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-000351/listing.html)
 
Place of Performance
Address: Seattle, Washington, Atlanta, Georgia, Bethesda, Maryland, Kansas City, Missouri, Denver, Colorado, United States
 
Record
SN02241257-W 20100815/100814000913-1df89a98bef99f11e36f4393b3ed2652 (fbodaily.com)
 
Source
FedBizOpps 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.