Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS

R -- ASSIST IN INSTALLATION OF TRUST FUND ACCOUNTING AND COMMISSARY SYSTEM (TRUFACS)

Notice Date
February 1, 2001
Contracting Office
U.S. Department of Justice, Federal Bureau of Prisons, Central Office Business Office, 320 First Street, Washington, DC 20534
ZIP Code
20534
Solicitation Number
1CO-0290
Response Due
April 5, 2001
Point of Contact
Donna Harris, Contracting Officer, (202) 307-3223
E-Mail Address
Click here to contact the Contracting Officer via (ddharris@bop.gov)
Description
The Federal Bureau of Prisons is seeking proposals from qualified individuals to provide services to include but not be limited to; assistance in the on-site installation, on-site trouble shooting, and on and off-site support of the newly developed Trust Fund Accounting and Commissary System (TRUFACS) at BOP institutions through the nation (approximately 99 different sites). In order to perform these services the Contractor(s) must be familiar with the general operational aspects of the Business Office (including Commissary, Accounting, Inmate Telephone System-II, and Warehouse); and Unit Management and Special Investigative Services (SIS) as they relate to processing of inmate fees and fines, withdrawal of inmate funds and investigative needs of the SIS concerning inmate funds. As a result, the Contractor should be familiar with the BOP software programs that are commonly used by those areas, including Federal Prison Point of Sale (FPPOS), Financial Management Information System (FMIS), Sentry and the Inmate Telephone System-II. The Contractor should also be knowledgeable of BOP policies and program review guidelines for these areas. Contractor(s) will be required to travel to various Federal Correctional institutions throughout the United States (final number to be determined upon award of contract), as well as BOP Central Office and BOP subcontractor sites. All travel expenses will be submitted monthly as one lump sum, inclusive of all expenses (hotel, meals and incidental expenses M&IE), and transportation costs). Contractors will be responsible for making their own travel arrangements (airline reservations and hotel reservations), and are reminded that travel fees charged must be deemed fair and reasonable and prudence should be used when incurring costs related to such travel. Interested parties shall submit in writing, a request for solicitation via ONE of the following methods: (1) E-mail to: ddharris@bop.gov,(2) Fax to: (202) 514-0523, or (3) US Mail to: Federal Bureau of Prisons, Central Office Business Office, 320 First Street, NW, Suite 5002, Washington, DC 20534, ATTN: Donna Harris. No telephonic requests for the solicitation, inquiries or questions related to the contents of the solicitation will be accepted. Any questions regarding the solicitation shall be submitted via one of the methods above. PLEASE SELECT ONLY ONE METHOD OF CORRESPONDENCE TO AVOID DUPLICATIONS OF MAILINGS AND RESPONSES. The Government anticipates making a multiple award, firm-fixed price contract based on the evaluation of competitive proposals received from prospective offerors. Pricing will be based on hour rates provided for Travel Days (equivalent to a 6 hour work day), D.C., or other mutually agreed to location, Days (equivalent to an 8 hour work day) and On-Site (institution) Days (equivalent to a 10 hour work day). The anticipated duration of this contract is a base performance period and two (2) one year option periods. This contract will be awarded as an indefinite delivery-indefinite quantity (ID/IQ) type contract with a minimum guaranteed and estimated maximum number of Travel Days, D.C. Work Days, and On-Site Days as follows: Base Period: MIN: 2 Travel Days, 5 D.C. Work Days and 5 On-site Days, MAX: 24 Travel Days, 60 D.C. Work Days and 60 On-Site Days. Option Period I: MIN: 2 Travel Days, 5 D.C. Work Days and 5 On-site Days, MAX: 30 Travel Days, 75 D.C. Work Days and 75 On-Site Days. Options Period II: MIN: 2 Travel Days, 5 D.C. Work Days and 5 On-site Days, MAX: 10 Travel Days, 25 D.C. Work Days and 25 On-Site Days. This requirement is being solicited as a 100% small business set-aside. The anticipated date for receipt of proposals is April 5, 2001. This date is subject to change. See Number Note 1. cc: OSDBU
Record
Loren Data Corp. 20010205/RSOL002.HTM (W-032 SN50C4E2)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on February 1, 1988 by Loren Data Corp. -- info@ld.com