Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

D -- INFORMATION TECHNOLOGY SERVICES (FINAL VERSION RFP NO.

Notice Date
April 9, 2001
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-00120a
Response Due
June 11, 2001
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
The Centers for Disease Control and Prevention (CDC) intends to issue a final request for proposals on solicitation number 2000-N-00120 for the acquisition of information systems development and support services. The consolidation effort for including three heretofore small business set-asides is changed as follows: This solicitation will result in two awards; one award using full and open competition procurement techniques for the work type work currently being performed under the current 5-year CISSS contract awarded in September, 1996 and one award using competitive total small business set-aside procurement techniques for the work required in Cincinnati, Ohio and Morgantown, West Virginia, both currently awarded as competitive total small business set-asides. The current small business set-aside in Cincinnati, Ohio expires in October, 2001, and the current small business set-aside in Morgantown, West Virginia, while a part of the award, will not expire until August, 2003. CDC anticipates that the work required in Morgantown, West Virginia will continue to be performed by the current contractor, should the government award all options, until August, 2003, when the contract expires. Both awards will be ID/IQ Task Order type contracts 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 contracts will not be requirements type contracts. The period of performance for both contracts is anticipated to be seven years, should the government exercise all options; however the contracts shall not exceed 84 months. The estimated number of hours for the effort is 6,765,010 for the full and open competition and 421,190 for the small business set-aside portion. The CDC-wide Microcomputer Support and Services contract which expires in calendar 2002 will not be consolidated in this solicitation 2000-N-00120. The work to be performed under the contracts awarded against solicitation 2000-N-00120 consists of a variety of programming and support services to CDC and the Agency for Toxic Substances and Disease Registry (ATSDR) including various information systems technologies and computing platforms including mainframe, microcomputer workstation, and network server technologies including client-server applications. Work involves information and data analysis systems in support of CDC's mission, including 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 including 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; enabling appropriate Internet and Intranet access to Public Health data; data entry; graphics and desktop publishing; and computer center facilities operation. Work to be performed also includes local and wide area network engineering and support. CDC's existing workstation technology is Pentium-based microcomputers running Windows NT or WIN2000. These devices are connected to LAN segments that are primarily Ethernet Networks with a smaller percentage of legacy TokenRing networks. The primary server based technologies for CDC's core applications utilize either Novell NetWare version 5.x, Windows/NT or WIN2000. The primary protocol is TCP-IP. There is a diminishing requirement for Novell IPX protocol within CDC's legacy servers. CDC's network topology is mainly 100Mbps Ethernet LANs connected to FastEthernet switches which in turn connect to routing Layer 3 switches. These switches carry data to multiple campuses within the Atlanta area (Metro-Area Network or MAN) and other campuses throughout the country (Wide-Area Network). The MAN is supported via an OC-48 SONET ring architecture and the WAN is comprised of ATM switch-based multi-T1 connections. Cable plants are fiber and copper based and utilize typical standards such as multi-mode, single-mode, CAT-5 and Type-1. CDC connects to the Internet from the Atlanta Clifton campus using a T-3 connection and a 10Mbps connection. There are security Firewalls, intrusion detection and many web-based services within the CDC Internet environment. Contract performance will be at CDC's primary offices in Atlanta, GA as well as in Washington, DC; Cincinnati, OH; Morgantown, WV; Hyattsville, MD; Fort Collins, CO; 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. It is anticipated that the final RFP will be issued on or about March 9, 2001. Only written requests submitted to the address shown above will be honored; telephone requests will not be accepted. The date specified for receipt of questions/inquiries relative to the final RFP will be specified in Section L of the final RFP. Requests for the RFP must cite RFP 2000-N-00120. A pre-solicitation conference is scheduled for February 28, 2001. The location is the main CDC campus at 1600 Clifton Road, Atlanta, Georgia, in Building 1, Auditorium B from 8:30 am to 5:00 pm. The conference will consists of 2 sessions, (1) Morning Session: 8:30 -- 11:30, which will include discussions of CDC's infrastructure; (2) Afternoon Session: 1:00 -- 4:30, will cover discussions on the Draft RFP, the results of CDC's consolidation efforts, the questions received on the Draft RFP, the answers given to those questions, and status of the issuance of the Final RFP. Registration will begin at 8:15 and conclude at 8:45. Each firm should limit number of representatives attending the conference to two. Firms must provide full names for all attendees three days prior to the conference. It is imperative that names of attendees be submitted in advance to allow sufficient time to process visitor badges through security. Firms are encouraged to submit written questions heretofore not submitted concerning any aspect of the Draft RFP prior to or during the conference. If you have questions prior to the conference, please submit electronically to Deborah Fallick at dsf2@cdc.gov. Submit list of attendees to Deborah Fallick at the e-mail address listed above. If you are planning to attend the conference, please be aware that parking at Clifton Road is limited. There is a CDC Visitor Center located off Houston Mill Road. There is a sign on Clifton Road that leads to the Visitor Center. Again, parking at the Visitor Center is limited. You are advised to use alternate transportation. The Emory Conference Center is located directly across the street from CDC's Building 1. You may contact them at (404) 712-6700. When you arrive at CDC's Building 1, please inform security that you are here for the Conference in Auditorium B. Email your questions to Deborah Fallick at DFallick@CDC.GOV. Deborah Fallick, Contract Specialist, Phone (770)488-2602, Fax (770)488-2670. (PLEASE NOTE: RFP 2000-N-00120a is the same requirement as RFP 2000-N-00120 previously posted. The "a" was added for electronic posting purposes. Either number can be referenced.)
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=2000-N-00120a&L=2965)
Record
Loren Data Corp. 20010411/DSOL006.HTM (D-099 SN50I739)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com