Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

70 -- 8(a) Competition - OWCP Information Technology Support (OITS) Services

Notice Date
6/18/2012
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL121RI21492
 
Archive Date
7/11/2012
 
Point of Contact
Gene E. Kippins, Phone: 202-693-7165, Alina Sadoveanu, Phone: 202-693-4591
 
E-Mail Address
kippins.gene@dol.gov, sadoveanu.alina@dol.gov
(kippins.gene@dol.gov, sadoveanu.alina@dol.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This pre-solicitation notice has been published pursuant to FAR Part 19.8, a synopsis set-aside for 8(a) concerns is being posted herein to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov on or about June 18, 2012. The Request for Quote (RFQ) will be posted on or about June 26, 2012 on GSA Ebuy for 8(a) contract holders under SIN 132 51 - Information Technology Professional Services 8(a) competitive. This synopsis is related to the RFI Synoposis posted on January 20, 2012. REQUIREMENT: The Office of Workers' Compensation Programs (OWCP) seeks to improve and mature the Agency-wide roadmap to support the Agency's mission through optimal performance of its core business processes within an efficient information technology (IT) environment. The primary goal of the OWCP Operating Environment (OA) is to inform, guide, and constrain the decisions for the enterprise, especially those related to core business segments and associated IT investments. At OWCP the OA has evolved from the "completion" phase and is now focused on the "use" and "results" phases. OWCP uses the DOL Enterprise Architecture (EA) to ensure that business needs will drive operational reengineering and technology acquisitions which, in turn, will help the Agency achieve results-driven performance. Project Management, Program Management, and Program Management Office services for Information Technology (IT) and other specialized support will maximize the ability of the Agency to perform its mission at a lower total cost and meet budget, schedule, and quality goals. These services will also ensure the continued operation and development of the OWCP programs and its core infrastructure. OWCP requires IT support services for all of OWCP's Program Specific Case Management Systems. This includes Imaging and Interactive web program management, operational, development, metrics and reporting, and training support for the following programs administered by OWCP: • The Federal Employees' Compensation Act (DFEC) program - Provides wage replacement and medical benefits to civilian employees of the Federal Government injured at work and to certain other designated groups. • The Longshore and Harbor Workers' Compensation Act and its extensions - Administered by the U. S. Department of Labor's Employment Standards Administration, Office of Workers' Compensation Programs, provide medical benefits, compensation for lost wages, and rehabilitation services to employees who are injured during the course of employment or contract an occupational disease related to employment. Survivor benefits also are provided if the work-related injury causes the employee's death. • The Energy Employees Occupational Illness Compensation Program Act (EEOICPA) - Provides benefits to employees or survivors of employees of the Department of Energy (DOE), its Contractors and subcontractors, companies that provided beryllium to DOE, and atomic weapons employers who suffer from a radiation-related cancer, beryllium-related disease, chronic silicosis, or exposures to other toxic substances resulting in occupational illnesses. The program also covers certain uranium workers who suffer from radiation-related illnesses as a result of their work in producing or testing nuclear weapons. • The Black Lung Benefits Act provides benefits to coal miners who are totally disabled by black lung disease, and to their eligible survivors. Benefits include monthly compensation for disabled miners and survivors of miners whose deaths are attributable to black lung, and medical coverage for disabled miners' lung disease. The DFEC National Office; Branch of ADP Coordination and Control (BAC) -Manages the contract through its ITSS Project Management Office (PMO) and coordinates all enhancements and maintenance activities ensuring that the systems follow all Federal and department information security standards. It provides IT support to the Program specific Case management systems and to the OWCP Central Bill Pay program in medical bill processing matters. PROCUREMENT METHODOLOGY (ANTICIPATED) It is the Government's intent to award a single Blanket Purchase Agreement (BPA) with Firm Fixed Price Task Orders and Firm Fixed Price - Labor Hour Task Orders (16.207 -- Firm-Fixed-Price, Level-of-Effort Term Contracts. ) to the 8(a) Firm that represents the Best Value to the Government in accordance with FAR 8.404 (d). The applicable NAICS Code and size standard for this acquisition are 541519 (Other Computer Related Services) / $25.0M. The solicitation will be an 8(a) Competitive Set-Aside in accordance FAR 19.8. The Contract award will be based on a best value analysis. The anticipated period of performance will be for five (5) years total with a start date of September 2012. Place of performance is the U.S. Department of Labor, 200 Constitution Ave. NW Washington, D.C., 20210. It is the responsibility of interested parties to register with the Federal Business Opportunities website (www.fbo.gov) and to GSA Ebuy to download the synopsis, solicitation, all attachments and solicitation amendments. No solicitation mailing list will be issued. No paper copies of the RFP and its attachments and amendments will be provided. Offerors are encouraged to review the referenced website frequently, for updates and potential amendments to any and all documents. The RFQ will include instructions for the preparation of offerors / quotes, the performance work statement (PWS), and evaluation criteria. Central Contractor Registration (CCR) is mandatory for offerors (http://www.ccr.gov/) to include completion of the On-Line Representations and Certifications (ORCA). Only email communications to the Contract Specialist and Contracting Officer will be accepted; no phone call communications or personal office visits with the U.S. Department of Labor or its internal and external customers regarding issues or questions pertaining to this procurement will be accepted for the duration of the solicitation, evaluation and award process. Interested sources may contact the Contract Specialist, Mr. Gene Kippins, via email at Kippins.Gene@dol.gov. and a courtesey copy to the Contracting Officer, Ms. Alina Sadoveanu, via e-mail at Sadoveanu.alina@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL121RI21492/listing.html)
 
Place of Performance
Address: U.S. Department of Labor, Office of Procurement Services, Room: S-4307, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02778245-W 20120620/120618234457-5b5646e34a9cbeaae5dfc5661dcf8dfa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.