Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025

Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Contracts & Purchases Branch, 255 East Paces Ferry Rd., NE, Rm 419, Atlanta, GA 30305

R -- CONTINUITY OF OPERATIONS (COOP) SOL 98S069(N) DUE 021798 POC Charlotte Flitcraft, Contract Specialist, (404) 842-6740 CONTINUITY OF OPERATIONS -- POTENTIAL SOURCES SOUGHT, DUE 02/17/98. This is a SOURCES SOUGHT/REQUEST FOR INFORMATION synopsis. Based on the responses received, this acquisition may be solicited as a 100% 8(a), 100% Small Business Set-Aside, or Full and Open Competition. The SIC Code is 8741, Small Business Size Standard $5M average annual receipts for an offeror's preceding three fiscal years. This is not an RFP and does not commit the CDC to award a contract now or in the future. NO RFP IS AVAILABLE AT THIS TIME. The Centers for Disease Control and Prevention (CDC), National Center for Environmental Health, is seeking sources specified herein who have the capability to furnish the personnel, equipment, supplies, materials, transportation, travel and per diem necessary to develop Continuity of Operations (COOP) Plans and procedures to ensure survival of essential functions in the aftermath of events such as natural disasters, terrorist attacks, technological emergencies, or other situations which could disrupt operations. The COOP shall provide measures CDC should take to continue to preform or rapidly restore minimum essential critical functions or operation during and after a severe emergency for facilities with offices as well as chemical and biological laboratories. This plan shall include updated and augmented emergency procedures for addressing CDC emergencies for CDC campuses in Atlanta Georgia, Ft. Collins, CO, Research Triangle Park, NC, Washington, D.C., Morgantown, WV, Cincinnati, OH, San Juan, PR, Anchorage, AK, Hyattsville, MD, Spokane, WA, Miami, FL, and Pittsburgh, PA. In addition, the Contractor shall be required to update CDC Emergency Response Plan for assisting State and local officials and develop a Comprehensive Emergency Management Plan (CEMP). The CEMP will address who does what, when, where, and how before, during and after an emergency. The following tasks are representative examples of tasks which the Contractor may be required to perform to support the continuity of operationsrequirements: (1) Risk Assessment and Ranking of Agency Priorities; (2) Impact Analysis; (3) Recovery Strategy Development; (4) Plan Documentation and (5) Conduct Training Exercises. This listing provides samples of the types of tasks which may be conducted in this task area and is not represented as complete or all inclusive. THE FOLLOWING MANDATORY QUALIFICATION CRITERIA WILL APPLY: (1) Past Performance: The offeror shall demonstrate satisfactory past performance on contacts with the Federal Government, State Agencies, Private Industries, etc. which are relative to the size and complexity of this procurement. CONTRACT AWARD: Contract award will be based upon a best value analysis of all proposals including, at a minimum, the evaluation of each offeror's price reasonableness, past performance, technical competence, and understanding of the scope of the project. Complete evaluation criteria and order of precedence will be conveyed within the RFP. The responses to this sources sought shall address the applicability of Federal Acquisition Regulations (FAR) Part 12, Acquisition of Commercial Items. Contractors who feel that this acquisition can meet the definition of a Commercial Service found in FAR 2.101 should provide the following: customary practices regarding customizing, modifying or tailoring of services to meet customer needs and associated costs; customary practices under which commercial sales of the services are made; the requirements of any laws and regulations unique to the services being acquired; size and status of potential sources, customary practices regarding quality assurance procedures; and any other terms and conditions that would govern this type of acquisition. All respondents that can provide any of the requested information, to include a capability statement, should reply in writing by February 17, 1998, to Charlotte L. Flitcraft, MS-E0l,, Centers for Disease Control and Prevention, 255 East Paces Ferry Road, N.E., Atlanta, GA., EMAILADD:caf5@cdc.gov, FAX (404) 842-6896. (0030)

Loren Data Corp. http://www.ld.com (SYN# 0061 19980204\R-0003.SOL)


R - Professional, Administrative and Management Support Services Index Page