Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1996 PSA#1667

ENTERPRISE TECHNOLOGY AND SYSTEM SERVICES (ETASS) PROCUREMENT STRATEGY Contact Point, Bonnie L. Brandon, (202) 260-3247. Enterprise Technology and System Services (ETASS) Procurement Strategy. The mission of the Environmental Protection Agency is to administer legislation enacted to control and abate the adverse impact of pollution on our environment. In support of this mission, the EPA is highly dependent on the state-of-the-art computing software, hardware and telecommunications resources to collect, store, analyze and interpret enormous volumes of information pertaining to the sources and effects of pollution. To insure that the EPA, is on a continuing basis, able to respond and meet its data processing challenges, the Agency puts emphasis on an information management infrastructure and data processing philosophy that ensures the following: (1) the deployment of properly designed and developed small and large scale application systems; and (2) the implementation, management, operation and maintenance of computing platforms and telecommunications resources that allow users to use these application systems to effectively access, use and share the enormous volumes of information. The Office of Information Resources Management (OIRM) is responsible for all aspects of Information Resource Management (IRM). Within OIRM, there are several organizations which have primary responsibility for developing, maintaining, and operating various aspects of EPA's overall computing infrastructure. The Enterprise Systems Division (ESD) and Enterprise Information Management Division (EIMD) focus on the development and deployment of applications systems, data administration, and development of IRM standards and policies. The Enterprise Technology Services Division (ETSD) is responsible for the acquisition, operation, and support of the Agency's information technology resources. Managing, operating and maintaining a comprehensive set of computing, telecommunications, and user support services, ETSD supports and provides the ability for over 25,000 nationwide dispersed users to access, use, and communicate environmental program and administrative information. Over the next several years, the EPA intends to issue five solicitations to procure a variety of technical support services that are required by these respective organizations to support as well as enhance the ability of the EPA to continue to provide and maintain a comprehensive telecommunications and computing infrastructure. The solicitations are as follows: (Item #1) Mission Oriented Systems Engineering Support (MOSES-Follow-on) - This solicitation is to procure technical support services to establish, staff, operate and manage a Systems Development Center (SDC) facility and to perform the functions associated with the design, development and implementation of large scale application systems. This effort is currently supported by Science Applications International Corporation, Inc. (SAIC), under EPA's contract number 68-W1-0055. TO AVOID SIGNIFICANT POTENTIAL CONFLICTS OF INTEREST, THE CONTRACTOR SELECTED FOR AWARD OF THIS CONTRACT SHALL NOT BE AWARDED EITHER OF THE OPERATIONS AND MAINTENANCE CONTRACTS (ITEMS #2 AND #3 BELOW) OR THE ADVISORY AND ASSISTANCE CONTRACT (ITEM #4 BELOW) AND VICE VERSA. (Refer to the upcoming Commerce Business Daily (CBD) notice for RFP #W6-01948-A3.) (Item #2) National Telecommunications and Computing Support Contract - This solicitation is to procure a wide range of services related to the management, operation and maintenance of the Agency's general purpose and scientific hardware/software (including the supercomputing facilities in Bay City, MI) and telecommunications resources. This is also inclusive of the following: (1) assisting users in the rapid development of LAN-based workgroup applications; and (2) all aspects of technical support services required to assist the Agency users in understanding, accessing, and using any/all of the Agency's computing and telecommunications (voice and data) resources. Currently this effort is supported by Lockheed-Martin Technical Services, Inc. (Lockheed-Martin), under EPA's contract number 68-W2-0025. The impending acquisition is for an Indefinite-Delivery Indefinite Quantity Fixed Rate type contract for an estimated 3,760,000 hours with a maximum period of performance (POP) of five years. The anticipated award date is December 1997. (Refer to the upcoming CBD notice for RFP #W6-01685-A3.) (Item #3) Washington Metropolitan Area Telecommunications and Computing Support Contract - This solicitation is to procure a wide range of computing and user support services for EPA's Washington Metropolitan area user community. In addition to management, operations and maintenance of Washington-based computing and telecommunications (voice and data) resources, the contractor shall also provide a variety of support services related to the following: (1) rapid development of LAN-based workgroup applications; and (2) installation and operation of a wide variety of LAN/PC-based hardware, software and telecommunications resources. Currently the majority of the telecommunications support is provided by Dyn Network Corporation, under EPA's contract number 68-W2-0013. The majority of the LAN/PC-based support is provided by Lockheed-Martin, under EPA's contract number 68-W2-0025. The impending acquisition will combine relevant portions of these two contracts into one contract that provides a comprehensive set of computing and telecommunications support services for EPA's Washington Metropolitan area user community. This will result in an Indefinite-Delivery Indefinite Quantity Fixed Rate type contract for an estimated 2,563,000 hours with a maximum POP of five years. The anticipated award date is December 1997. (Refer to the upcoming CBD notice for RFP #W6-01687-A3.) (Item #4) Information Technology and Architectural Support (ITAS Follow-on) - This solicitation is to procure a wide range of planning and analysis type studies that will: (1) support and/or enhance the services provided by the above-noted contracts or (2) provide those services that cannot be performed by the above-noted contracts due to potential conflicts of interest; and (3) provide and/or perform those services that are considered Advisory and Assistance Services (AAS) in nature that will not be done under the above-noted contracts. This contract will concentrate in such areas as the following: (1) enterprise systems planning and analysis; (2) high level planning and analysis concerning EPA's overall architecture and information strategy; (3) technology assessments and evaluations; (4) feasibility analyses, assessments, and evaluations; (5) front-end requirements analyses, studies and evaluations as related to EPA's business process application systems; and (6) other areas pertaining to policy analysis, development and implementation. Currently this effort is supported by Technology Planning and Management Corporation, under EPA's contract number 68-W5-0034. The impending acquisition will be an Indefinite-Delivery Indefinite Quantity Fixed Rate type contract with multiple awards for an estimated 1,534,000 hours with a maximum POP of five years. The anticipated award date is November 1998. A decision as to whether this will be an 8(a) Set-Aside will be announced at a future date. TO AVOID SIGNIFICANT POTENTIAL CONFLICTS OF INTERESTS, THE CONTRACTORS AWARDED THIS MULTIPLE AWARD CONTRACT SHALL NOT BE AWARDED ANY OF THE ABOVE-NOTED CONTRACTS IN ITEMS #1, #2, AND #3. (Refer to upcoming CBD notice for this requirement.) (ITEM #5) National Voice Communications Support (NVCS) - This solicitation is to procure a wide variety of voice communications technical support services for EPA regional, laboratory and headquarters locations. This is inclusive of all aspects of support services required for the acquisition, testing, bench marking, installation and operation of voice communications systems, equipment and services. It shall also include technical and administrative support services required for the operation and maintenance of EPA's FTS 2000 business office as well as the locator and directory services provided by the Headquarters Services Branch, Washington, DC. It is anticipated that this will be an 8(a) Set-Aside for an estimated 600,000 hours with a POP of five years. The anticipated award date is June 1999. Each of these procurements will be conducted using streamlined and innovative evaluation techniques/methodologies that will ensure both the timely award of each solicitation and the selection of contractors that have the demonstrated background, experience, and corporate commitment to successfully perform the work outlined in each of the respective SOWs. For procurements noted in Items #2, #3 and #4 herein above, offerors will have to prequalify prior to solicitation release. A subsequent CBD notice for each of these requirements will be issued instructing potential offerors about the prequalification requirements. Inquiries concerning the requirements noted in Items #2, #3, #4 and #5 herein above should be sent to the following: U.S. Environmental Protection Agency, Bid and Proposal Room (3803F), Attention: Bonnie L. Brandon, 401 M Street, SW, Wash., DC 20460; or via E-mail: Brandon.Bonnie@EPAMAIL.EPA.GOV; or via fax: (202) 260-9930. Inquiries concerning the requirements noted in Item #1 herein above should be sent to the following: U.S. Environmental Protection Agency, Bid and Proposal Room (3803F), Attention: Susan Meisner, 401 M Street, SW, Wash., DC 20460; or via E-mail: Meisner.Susan@EPAMAIL.EPA.GOV; or via fax: (202) 260-6866. The Contracting Officers intend to use the CBD as a means of conveying information to the public regarding these requirements. In addition, information concerning these requirements will also be posted on EPA's Public Access Server. The Internet address is: WWW.EPA.GOV/OAMHPOD1. All requests for information must be in written format. Telephone inquiries shall not be honored.

Loren Data Corp. http://www.ld.com (SYN# 0471 19960826\SP-0001.MSC)


SP - Special Notices Index Page