Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1995 PSA#1484

USDA, Farm Service Agency (FSA), Management Services Division (MSD), 14th & Independence Avenue, S.W., Room 6962-S, Washington, D.C. 20250

D -- AUTOMATIC DATA PROCESSING SUPPORT SERVICES SOL FSA-R-001-96DC DUE 122695 POC Scott P. Cook (202-720-7349) The U.S. Department of Agriculture, Farm Service Agency and the Natural Resources Conservation Service (NRCS) has a requirement for a wide range of Information Resource Management (IRM) developmental and Information Technology (IT) support services. Support requirements will include direct onsite and offsite IRM services such as: software engineering; operational support for computer and telecommunications networks; programming; implementation support for integrated telecommunications network; information management; application development; and imaging support. Major IRM support offices for FSA are located in Kansas City, Missouri; St. Louis, Missouri and Washington, D.C. The major support offices for NRCS are in Fort Colllins, Colorado Information Technology Center (ITC). Small support offices for NRCS are in Washington, D.C.; Fort Worth, Texas; Portland, Oregon; Lincoln, Nebraska; Atlanta, Georgia; Madison, Wisconsin; and Sacramento, California. Also provided in this announcement is additional information about the procurement: (1) Anticipated Release Date: 12/26/95 (2) Proposal Due Date: 2/13/96 (3) Anticipated award Date: 7/10/96; (3) Size Status: For the purpose of this acquisition the size standard is $18 million, (SIC 7379); (4) Type of task orders to be issued under this contract: Fixed Price(FP), FP Level of Effort, Time and Material, and Cost-Plus Fixed Fee; (5) It is anticipated that this requirement will result in the award of multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. In establishing goals for small and small disadvantaged business, the total goal (both small and small disadvantaged business) proposal shall reflect maximum practical opportunities as well as a clear understanding of the requirements of the work to be accomplished and the suitability of the proposal goal structure to meet mission objectives. The goals must recognize the distinct differences in professional skills and the complexity of varied disciplines as well as job difficulty. (2) In developing the subcontracting plan, emphasis should be placed on the extent of small and small disadvantaged business participatio. Proposals must offer, as a minimum, goal levels of 20 percent of all work to be subcontracted to small businesses, with one-quarter of this amount to be set-aside for small disadvantaged businesses; (3) Proposal evaluation points will be awarded based on the extent of small and small disadvantaged business utilization proposed in excess of the goals listed above. A total of up to 1500 points may be awarded above and beyond the points listed in section M to an offeror's proposal based on aggressive utilization of small and small disadvantaged business and the pursuit of innovative means of enabling such firms to play a larger role in the performance of the contract. This factor shall be scored separately from the technical proposal, but will be included in the point totals used for award evaluation. The Offerors who proposes the highest utilization ratio and is otherwise technically acceptable will receive 1500 points. An offeror who proposes the minimum required goals listed above will receive no additional points. Offerors proposing goals in between the two extremes will be awarded points on a proportional basis; (4) Offerors proposing the use of small and small disadvantaged businesses must also commit to using the proposed contractor for a period of 12 months following contract award, without substitution or replacement of any key personnel employed by that contractor. Any substitutions in the subcontractors will be with the approval of the Contracting Officer. A FSA/MSD Contracting Bulletin Board System (BBS) is available to offerors to send information to and receive information from FSA. The BBS is accessible 24 hours a day, seven days a week, except for brief maintenance periods each day. Hardware/software requirements are a micro computer or computer terminal, modem (1200 to 14,400 baud) and communications software (e.g., Crosstalk, Qmodem, PC-Talk, Procomm, Smartcom, Telix, etc.). Communications software parameters are: Baud rate: 1200 to 14,400 baud; Data Bits: 8; Stop Bit: 1; Parity: 1; Duplex: Full; Emulation: None, or ASCII or TTY. The BBS telephone number is (202) 690- 0193. Use the following procedures when accessing the BBS: First time log- ons will be prompted to enter your first and last names, and select a password to be used for future access. Initial log-ons will be classified as a new user, with limited access to the BBS. Select ''(Q)uestionnaire'' from the main menu You will be asked some information about your company, phone number, etc. Once the questionnaire is completed, you will be upgraded to Full User status, and can access all areas of the board. When logging on in the future, you will be informed if the Newsletter or any of the bulletins have been updated. If so, please read them. Detailed information concerning a specific acquisition will be contained in a bulletin or the Newsletter. If you have any problems or questions concerning the BBS, please contact the system operator (sysop), Scott P. Cook, at (202) 720-7349. The sysop can also be contacted via the paging feature of the BBS, through the board's message system, or by fax at (202) 690-0689. Note, it is the intent of FSA to issue a solicitation subject to receipt of a DPA from GSA. (0338)

Loren Data Corp. http://www.ld.com (SYN# 0021 19951205\D-0001.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page