Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
SOLICITATION NOTICE

D -- Information Support Services for the recompete of the Defense Systems Integration, Design, Development, Operation and Maintenance Support of the TRICARE Management Activity's Military Health System

Notice Date
6/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
DASW01-02-R-0031
 
Response Due
6/28/2002
 
Archive Date
7/28/2002
 
Point of Contact
Cindy Durling, 703-681-2825
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(cindy.durling@hqda.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NA 1.0 INTRODUCTION. The Defense Contracting Command Washington, on the behalf of the TRICARE Management Activity (TMA), in concert with the Acquisition Management Division (AMD) intends to acquire Information Support Services for the recompete of the Defen se System Intergration, Design, Development, Operation and Maintenance Support (D/SIDDOMS). In order to accomplish this effort the following types of services, equipment, materials, and facilities will be required to design, develop, procure, integrate, test, train, deploy, operate, and maintain Military Health System (MHS) systems and system components and similar programs for other federal agencies with a health care mission. This contract includes services necessary for the contractor to manage its ow n staff, resources, products, and schedules in performing work, but specifically excludes any services to support the MHS in planning or managing MHS programs or offices. 1.1. EXTERNAL FEDERAL AGENCY USAGE. In addition to the mission of the TRICARE Management Activity, this contract may be used to acquire services within the scope of the statement of work for other DOD and non-DOD agencies with a health care mission at t he discretion of the Acquisition Management Division (AMD) and the Defense Contracting Command ? Washington (DCC-W). 1.2. BACKGROUND. The TRICARE Management Activity (TMA) is responsible for the operation of TRICARE as the worldwide, integrated system for accessible, high quality and cost effective delivery of health care services to Department of Defense (DoD) benefic iaries during peacetime and wartime. The MHS provides medical support for the full range of military deployments and peacetime support to members of the Armed Forces, their families, and others to advance our national security interests. The mission of th e MHS is to provide and to maintain readiness, and to provide healthcare services and support to members of the Armed Forces during military operations. The Office of the Assistant Secretary of Defense (Health Affairs)/TRICARE Management Activity (OASD (HA)/TMA) has a requirement to provide support to the MHS in applying the principles of DoD information and technology management by developing and implemen ting policies, procedures, programs, and technical standards necessary to acquire, manage, integrate, and secure information technology systems and capabilities that support the delivery of high quality, cost effective health care services across the opera tional continuum. The TMA/DCC-W D/SIDDOMS III contract will be a tool used to support TMA in the execution of its vast mission. The MHS provides comprehensive healthcare for all Armed Forces personnel, their families, and other individuals eligible for care. The MHS Information Management/Information Technology (IM/IT) Program supports the MHS by closely aligning its priorities an d processes with the MHS mission, vision, goals, and strategies. The MHS IM/IT Program continues to evolve through the development of capabilities in the following six functionally integrated programs: The Clinical Information Technology Program Office (CITPO), The Defense Medical Logistics System Support (DMLSS) Program Office, The Resources Information Technology Program Office (RITPO), The Executive Information/Decision Support (EI/DS) Program Office, The Theater Medical Information Program Office (TMIP), and The Technology Infrastructure Management Program Office (TIMPO). It is through these areas that the MHS IM/IT Program will fully integrate its information systems to support the MHS goals and strategies in support of readiness, TRICARE, and preventive healthcare initiatives. It continues to move toward its goal of cons olidating over 100 legacy systems into a single migration system to support each of these functional areas. The integrated program structure ensures full integration of the MHS into the defense information infrastructure and full compliance with the te chnical standards of the common operating environment. The MHS IM/IT Program has made substantial progress in its delivery of real-time information through the adaptation of emerging technologies and reengineering initiatives. 2.0 CONFLICT OF INTEREST. Contractors currently providing program management or requirements definition activities to the TMA, through any contract vehicle (PMI, TMA BPA ,GSA schedules, etc.) are precluded from bidding on this contract. 2.1. SUPPORT CONTRACTORS. Booz Allen Hamilton and LEADS Corporation staff have signed confidentiality agreements and are bound by the same rules as the Government staff assigned to this procurement. They will facilitate group discussions, manage the co mpilation of scores, and assist in development of reports and briefings. Booz Allen Hamilton and LEADS Corporation will not be competing for this contract or any delivery/task orders to be awarded against this contract. 3.0 SMALL BUSINESSES. The Government intends to award, at a minimum, at least three awards to the most highly qualified offerors who have to been determined to be a small business. The Government further reserves the right to set aside 15% of the total contract value to be made available for fair opportunities to small businesses for post award delivery/task order issuance. 3.1. TEAMING AGREEMENTS. Contractors are encouraged to team with other contractors to provide the Government the best value for completing work under this ID/IQ contract, however no prime contractor or subcontractor maybe included in more than one contr act award, for the purposes of excluding any possibility of an Organizational Conflict of Interest. 3.2. ORGANIZATIONAL CONFLICT OF INTEREST (OCI). Once a vendor has elected to enter into a teaming agreement with another vendor they are bound by the same OCI clause, whether they are serving as the prime contractor or a subcontractor. 4.0 CONTRACT TYPE. TMA and DCC-W both anticipate that this SOW will result in a multiple Indefinite Delivery/ Indefinite Quantity (ID/IQ) awards. Delivery/Task Orders written off this contract will be performance-based utilizing loaded labor that will b e fixed price or time and materials methodology. The Government may also use delivery/task orders using cost plus fixed. The Government will select delivery/task order type during post award on a best value determination. This ID/IQ contract will include one (1) base year with nine (9) option years. 5.0 CONTRACT HISTORY. The D/SIDDOMS III contract is being developed to replace the existing D/SIDDOMS II contract, combining Lots 2, 3 and 4. The following vendors are current prime contractors on the existing D/SIDDOMS II contract: D/SIDDOMS II, Lot 2 SRA International, Inc. DASW01-98-D-0052 D/SIDDOMS II, Lot 3 American Management Systems (AMS), Inc. DASW01-98-D-00IIIIII Computer Sciences Corporation (CSC) DASW01-98-D-0027 Electronic Data Systems (EDS) Corporation DASW01-98-D-0029 International Business Machines (IBM), Inc. DASW01-98-D-00III0 Northrop Grumman IT (formerly PRC) DASW01-98-D-00III1 Science Applications International Corporation (SAIC) DASW01-98-D-00III2 TRW, Inc. DASW01-98-D-0026 D/SIDDOMS II, Lot 4 Base Technologies, Inc. (BTI) DASW01-00-D-III011 Planned Systems International, Inc. (PSI) DASW01-99-D-002III United Information Systems, Inc. (UIS) DASW01-00-D-III01III 6.0 INDUSTRY DAY. Vendors interested in the D/SIDDOMS III procurement are encouraged to attend the D/SIDDOMS III Industry Day to be held the morning and early afternoon of July 3, 2002. Industry Day will serve as an opportunity for the Government to pre sent an overview of the forthcoming procurement action, as well as solicit questions from interested commercial vendors. Interested commercial vendors may send not more than two (2) staff members to the D/SIDDOMS III Industry Day. These staff members must RSVP to George Ferguson, of the AMD office, via phon e (703) 681-1143 x5435, or via email at George.Ferguson@tma.osd.mil, by 4:00 p.m. on Friday 28 June 2002. Individuals will be required to provide their name, company represented, telephone number and email address. Upon registering to attend the meeting, each vendor will be provided with the exact location and time of the meeting. The meeting will be held within the DC/Northern Virginia Metro area. Only those individuals listed on the Industry Registration form will be admitted into the Industry Day mee ting, photo identification will be required for admittance. The solicitation number is RFP# DASW01-02-R-0031 and is expected to be posted at web sites http://www.tricare.osd.mil/contracting/tmamenu.cfm and http://www.dccw.hqda.pentagon.mil on or about 31 July 2002.
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W), OSD Health Affairs & TRICARE Mgmt 5109 Leesburg Pike, Skyline 6, Suite 401a Falls Church VA
Zip Code: 22041
Country: US
 
Record
SN00095379-W 20020620/020618213924 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.