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