Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1996 PSA#1567

Federal Emergency Management Agency, Acquisition Operations Division, Operations, Recovery & Preparedness Branch, 500 C Street, S.W., Room 408, Washington D. C. 20472

D -- FEMA AGENT FOR CENTRALIZED TELECOMMUNICATIONS SERVICES SOL EMW-96-R-7000 DUE 072296. POC Lois Cleveland, Contract Specialist, 202/646-3836. The Federal Emergency Agency has a requirement for a service Provider/Contractor who will service as the FEMA Agent for centralized acquisition, provisioning and billing of local telephone services, related equipment and engineering support, and the administration of information systems used to provide this centralized function. The Contractor shall provide these necessary services to support FEMA missions within the United States and all of its territories. FEMA may require assistance with international efforts on occasion. Services provided through the Contractor as the FEMA Agency shall be fully compliant with the provisions of the Telecommunications Act of 1996. FEMA has overall management and multi-agency Federal/State/Local Government coordination responsibility for Federal Government emergency management. Organizationally, FEMA currently consists of a Headquarters located in Washington, DC., the Mount Weather Emergency Assistance Center (MWEAC) located in Bluemont, VA, the National Emergency Training Center (NETC) located in Emmitsburg, MD, a Federal Support Center located at Olney, MD, and ten Regional offices. These FEMA entities administer and coordinate the mitigation, response and recovery from natural and man made disasters. Regional Offices are in MA, NY, PA, GA, IL, KS, TX, CO, CA, AND WA. In addition, FEMA has responsibility for the National Teleregistration Center in Elkridge, MD, and several other offices located within the United States and its territories. FEMA also establishes temporary facilities in disaster areas to coordinate Presidentially declared disaster response and relief efforts. These temporary facilities, called Disaster field Offices (DFO's), may range in size from twenty person sites to one thousand person facilities depending on the severity of the disaster. Temporary facilities generally surge to their largest size within the first few days of a disaster declaration. The facilities gradually diminish in size until closure, anywhere from three years for large disasters to days for small and transient requirements. FEMA requires Contractor support for establishing and managing local telecommunications and information systems network related services to its full range of facilities. This effort is divided into five task as follows: Task 1 - FEMA Agent for centralized acquisition, ordering and coordination of local telecommunications services. Task 2 - FEMA Agent for centralized ordering of telecommunications equipment. Task 3 - FEMA Agent for Telecommunications Bill Consolidation and vendor payment. Task 4 - Administration of FEMA's Telecommunications Information Management Accounting and Control system (TIMACS). Task 5 - The provision of telecommunications services, engineering support and local telecommunications services. The Contractor must be continuously able to provide immediate surge level service in support of all of FEMA's emergency requirements for local telephone service. Additional National Security/Emergency Preparedness (NSEP) requirements in support of major disasters may demand a significant level of support in new service order volume. The Contractor must provide this support within 48 hours of receipt of an order. The Contractor's Cost Proposal must include a provision for incorporating the necessary working capital to include the cost of money required to provide this service within the normal billing constraints of the Government. The costing shall be on an Indefinite Delivery/Indefinite Quantity (IDIQ) proposed labor rate for each labor category being assigned fully loaded hourly rates. The proposed labor rate for each labor category being assigned fully loaded hourly rates. The proposed labor rate each category shall incorporate the personnel and related resources items that the Government requires that meets the delineated workload requirement of the Statement of Work. All profit, overhead and cost of capitol shall be incorporated into these line items. The Contractor's is encouraged to maximize performance by determining the quantity and price of personnel required. The expected bid range is a minimum of eight and a maximum of twelve personnel to fully meet the expectations of the SOW. The FEMA Agent must pass through all relevant costs for service from other providers by paying the vendors directly and consolidation bills in order to turn to bill FEMA for service. Proposals need to incorporate the necessary working capital requirements needed to effect this and provide service. The Contractor shall pass through the FEMA an estimated total cost of services of $2,690,000.00 for on going administrative service at approximately 38 locations in the U.S. and $4,150,000 for estimated support to disaster field offices at 17 major and 30 small disasters throughout the U.S. These estimates are based upon tarrifed rates in effect at this time. The Government intends the purchase of equipment to be an ancillary part of this contract. Equipment purchases are only to occur in two instances, when equipment is not available existing Government owned stockpiled items, and when service constraints override the need for equipment immediately. The Contractor shall not include the purchase of equipment in the Cost Proposal. The FEMA Agent is an integral part of FEMA's normal operations and disaster response team. The Agent must understand the technical and engineering requirements of providing complex telecommunications capabilities in sometimes chaotic environments. The Agent must also understand the roles and responsibilities of other Federal Agencies working with FEMA to provide a disaster response. By becoming a member of the FEMA team, the FEMA Agent shall assist the FEMA Regional Communications Manager (FRCM) and the Federal Emergency Communications Coordinator (FECC) in ensuring synergy among the multi-agency disaster response effort. Disaster requirement my be initiated anytime of the night or day, seven days per week. The Government expects that the Contractor meets all disaster related requirements with fully functioning services completed and accepted by the Government. All key personnel shall possess substantial knowledge of the infrastructure of the local telephone service industry. This must of necessity include key points of contact, absolute knowledge of appropriate procedures, policies and the various unique constraints of the industry. The Contractor shall order services by means of Task Orders issued as part of this contract. The Government will use an electronic ordering system provided under the existing contract as the medium for providing Task Orders to the Contractor. Services previously order and in effect, which total approximately 10,000 individual items, shall be incorporated into this contract in place, with all existing unchanged criteria. The period of performance of this requirement will be one year with four one-year option periods. The anticipated RFP release date is on or about June 5, 1995. All offerors will be given at least 45 days in which to submit a proposal. To obtain a copy of the RFP, please submit your request writing to the above address or fax it to (202) 6464-3761. No telephone request will be accepted. This notice supersedes the notice dated Friday, February 2, 1996, of Commerce Business Daily, Issue No. PSA-1523. All requests received in response to the February 2, 1996, CBD announcement need not be resubmitted. (092)

Loren Data Corp. http://www.ld.com (SYN# 0028 19960404\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page