COMMERCE BUSINESS DAILY ISSUE OF MARCH 23, 2001 PSA #2814
SOLICITATIONS
D -- INFORMATION RESOURCES MANAGEMENT SERVICES FOR THE HANFORD SITE
- Notice Date
- March 21, 2001
- Contracting Office
- U.S. Department of Energy, Richland Operations Office, P.O. Box 550, MS A7-80, 825 Jadwin Avenue, Richland, WA 99352
- ZIP Code
- 99352
- Solicitation Number
- DE-RP06-01RL14237
- Point of Contact
- Susan E. Bechtol, Contracting Officer; susan_e_bechtol@rl.gov, 509-376-0889
- E-Mail Address
- Click here to contact the Contracting Officer (susan_e_bechtol@rl.gov)
- Description
- IRM SERVICES PRE-SOLICITATION -- CBD ANNOUNCEMENT I. INTRODUCTION The Department of Energy (DOE) will be soliciting proposals in the middle of calendar year 2001 from private industry for information resource management (IRM) services, which includes information technology (IT) and information management (IM) services, to be provided to the DOE Hanford Site. The Hanford Site is approximately 560 square miles in area and includes facilities in Richland, Washington. The IRM service provider may be responsible for providing all or some of the following services to over 10,640 employees working for the DOE and DOE contractors at the Hanford Site. Computer and telecommunications services including local area networks, telephone systems, radio systems, video systems, security and emergency operations systems; Application services and/or software planning, development, acquisition, and implementation for a wide variety of business, scientific, facility management, and program specific systems, and database management and administration; Operations of enterprise computer systems, business and scientific systems, wide area networks, and local area networks; Help desk support to Hanford Site customers on commercial software applications such as Microsoft Office and a variety of government-developed software applications; Information management services such as strategic planning, information architecture, data administration, records management, operation and maintenance of external and internal communication web sites, information security, cyber security, library services, media services, and graphics services. The requirement to support the existing IT systems, equipment, and IRM services listed below is likely to be included in the acquisition. (Numbers are approximate): Hanford Local Area Network (HLAN): 350 file servers using Windows NT 4 operating system; 10,000 personal computers using Windows 95, 98, NT, and 2000 desktop operating systems; site licenses include Microsoft Enterprise Agreement, McAfee Anti-Virus, QuickView Plus, Jet Forms, WinZip, WIN Install (Software Distribution System), AutoCAD, and SQL Server; Help Desk call volume is 8,000-10,000 calls/month. UNIX Operations: Five HP 9000 Servers, a few single purpose SUN Solaris CPUs, Oracle License, People Soft 6.4 (Finance, HR, Payroll) licenses, Indus Passport (Acquisitions) licenses, Sunflower (Property Management) licenses, and maintenance of several locally developed applications. Telephone Systems -- 21,800 analog lines, 1,600 ISDN lines, 1,500 trunks and 15,000 voicemail boxes, Lucent 5ESS switching system and 4 remote switching modules running Release 11.0 software, 1,100 miles of fiber optic cable runs that serve as the backbone for both the telephone system and the Hanford local area network (HLAN), and 1,200 cellular phones. Radio Systems 4,000 radios for emergency, patrol, fire, and operation services, Main antenna/repeater sites (Rattlesnake Mountain & Gable Mountain), and 35 local repeater sites/base stations at major facilities. Pager Services: One-way paging services for 6,600 pagers covering most of the site, and main antenna site (Rattlesnake Mountain) with redundant path (Verizon T1 cable and Microwave). IRM Services: IRM strategic planning, studies, policy and procedure development, business process re-engineering, information architecture analyses, training, cyber security, software engineering, system integration, records and document management, and multimedia services. The majority of the IRM systems used at the Hanford Site are unclassified; however, some classified systems exist and will require appropriately cleared personnel for operations and maintenance support. II. DOE OBJECTIVES FOR THIS ACQUISITION The DOE is interested in seeking industry interest in providing these services in the spirit of full and open competition. Specifically, DOE is interested in industry advice on actions the DOE can take to encourage offerors to propose on this activity using innovative methods to provide state-of-the-art IRM services in a manner that: Minimizes future capital investment on the part of the DOE for IRM resources, Provides IRM services that meet or exceed industry standard service levels to Hanford Site tenants, Provides application services in an efficient and secure manner that protects the Government's information assets from unauthorized access, loss, damage or destruction, Provides for industry use of excess Hanford Site IT assets in the commercial marketplace in a manner that is equitable to the industry partner and the Government, Implements a strategy of asset transition from government owned to privately owned whereby the DOE purchases IRM services rather than facilities, equipment, and software and the IRM service provider retains responsibility for providing technologically current IRM services per industry standards, and Provides IRM services at fixed prices where feasible and minimizes the use of cost-reimbursement contracts and task order agreements. III. PRESOLICITATION CONFERENCE AND INDUSTRY INFORMATION EXCHANGES In accordance with FAR 15.201, this acquisition will utilize exchanges with industry before receipt of proposals. The purpose of the information exchange is to improve the mutual understanding of the Government requirements and industry capabilities, thereby allowing potential offerors to judge if and/or how they can satisfy the government's requirements, and enhancing the Government's ability to obtain quality information technology services at a reasonable price, and increase efficiency in proposal preparation, evaluation, and contract award. The DOE will sponsor two events: The first event will be a presentation by DOE on its IRM requirements and a brief discussion between the DOE and industry to clarify those requirements, followed by a site tour. The intent of the site tour is to familiarize industry with the existing Hanford Site IT infrastructure. This event is currently scheduled for April 16, 2001 starting at 9:00 A.M. and ending at 4:30 P.M. The presentation by DOE will be held at the Federal Building Auditorium, 825 Jadwin Avenue, Richland, Washington from 9:00 A.M. to 11:00 AM. The site tour will depart from the Federal Building parking lot at 12:30 P.M. and return at approximately 4:30 P.M. Attendance is limited to two representatives from each firm. The second event will be a series of one-on-one meetings between DOE and industry, currently scheduled for April 17 through 19, 2001, in Richland WA, with each meeting expected to be no more than one hour in length. The purpose of these meetings is to promote information exchange with industry on IRM technologies and contracting methods before DOE prepares the solicitation. Meetings will be scheduled with all prospective offerors that provide a written expression of interest that indicates the firm's relevant experience and performance in providing IRM services in a large-scale campus or site environment similar in scope and magnitude to the Hanford Site. Any proprietary information provided to the DOE must be clearly identified as such. Each interested firm is required to provide a written expression of interest in letterform, not to exceed five pages, no later than April 2, 2001, to the DOE Richland Operations Office Contracting Officer indicating which events you want to participate in, the number of participants from your firm, and the names of participants. Your letter may also be submitted via facsimile at (509) 376-7136 or e-mail at susan_e_bechtol@rl.gov. Other interested parties desiring to express their views, opinions, or provide information regarding this acquisition may do so in writing to the DOE Richland Operations Office Contracting Officer. More information on the Hanford Site can be obtained at www.hanford.gov and additional information on this announcement can be obtained at http://www.hanford.gov/procure/cstruct/vendor.html. The solicitation, when released, will be posted on the Industry Interactive Procurement System (IIPS) at http://e-center.doe.gov. Please note that this Notice is not a Request for Proposals. Also, this may be the only presolicitation meeting held for this acquisition, and therefore the only opportunity for industry to obtain a tour of the Hanford Site before proposals are requested. The decision to issue a Request for Proposal for the work described in this Notice is solely within DOE's discretion. IV. INDUSTRY INFORMATION EXCHANGE AREAS OF INTEREST TO DOE Firms are encouraged to focus on the key topics and ideas they want to convey to DOE during the one-hour scheduled meetings. However, DOE is interested in industry input on the topics and questions listed below. To make the best use of time, DOE encourages written responses from firms on these topics and requests that written responses be submitted at the time of the scheduled meeting. Responses are limited to one page per topic. 1) Actions DOE could take to mitigate inherent incumbent advantage and improve competition for this project. 2) How DOE might improve prospective offeror knowledge to provide meaningful proposals. 3) Suggested contract type for the various elements of work scope. Please explain reasons for suggested contract types. 4) What contract terms would you suggest to ensure competitive costs and sustained high levels of contractor performance after contract award? 5) Advantages and/or disadvantages if DOE combines the telephone services and computing network services into one acquisition (contract). 6) How can DOE structure the work scope to maximize participation from small businesses (i.e. multiple awards, suggested work scope to set-aside for small businesses)? 7) What incentives can DOE provide that would encourage contractors to apply and maintain effective state-of-the-art technologies, while maintaining interoperability with older technologies? 8) What innovative technologies would you suggest for implementation at the Hanford Site to increase productivity and reduce costs? 9) Ideas for innovative use of excess IT infrastructure to reduce Hanford Site IT costs. 10) DOE actions needed to implement your innovative concepts for this project 11) What are the critical transition actions and what is required from DOE to support these actions? V. ACQUISITION INFORMATION 1. Competition: The source selection will be conducted under full and open competition as defined in FAR 6.003. DOE encourages proposals from all qualified sources. Offerors may be a single entity, a consortium, a joint venture, or any other suitable teaming arrangement capable of performing the work. DOE will reduce any incumbent advantage in this source selection to the maximum extent possible. DOE will provide all prospective offerors the maximum possible information and provide access to the current Hanford Site information technology baseline information. 3. Period of Performance: The contract term being considered is 5 10 years. 4. Acquisition Streamlining Techniques: This acquisition process will include appropriate acquisition streamlining techniques to ensure timely contract award. These initiatives may include: electronic reading room, website information distribution, use of a draft solicitation, use of the DOE Industry Interactive Procurement System (IIPS), potential use of oral presentations, and award without discussions. Send written Expressions of Interest letters to: U.S. Department of Energy Richland Operations Office Attention: Susan E. Bechtol, Contracting Officer 825 Jadwin Avenue P.O. Box 550, A7-80 Richland, WA 99352
- Web Link
- Click here to view more information on the DOE Hanford (http://www.hanford.gov/procure/solicit/it/)
- Record
- Loren Data Corp. 20010323/DSOL006.HTM (W-080 SN50G9I0)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on March 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|