RFPs (Request for Proposal) for the Week

Collection programs, a consulting program, and other operations are on the docket this week.

Computer Facility Operations

Document Type:  Presolicitation Notice

Solicitation Number: RS-OCIO-03-314

Classification Code: M -- Operation of Government-owned facilities

Set Aside: Total Small Business

Contracting Office Address: Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738

Description: The U.S. Nuclear Regulatory Commission (NRC) is seeking contractor support capable of providing the necessary qualified personnel to maintain the day-to-day operation of the NRC's three computer data centers. Two of these data centers are located in the Two White Flint North Building and the other data center is located in the One White Flint North Building. Both buildings are located at NRC's Headquarters Office located in Rockville, Maryland. The data centers currently include the following major agency applications: (1) Agency-wide Documents Access and Management System (ADAMS); (2) Human Resources Management System (HRMS); (3) Emergency Response Data System (ERDS); (4) Federal Financial System (FFS); (5) Integrated Library System (ILS); (6) Tape Library System; (7) Public Web and Internal Intranet Sites; and (8) the ADAMS Internet Interface. Specifically, the contractor shall be required to operate the minicomputer, server hardware, application software, and other systems in the computer center. The duties of the contractor's operations staff for each facility include, but are not limited to operating all computers, remote job entry (RJE) stations, related support equipment, and communications equipment; maintaining activity, problem, equipment failure, or other logs to record facility operations; monitoring the computer facility environment including air conditioning, humidity, and power distribution; maintaining the physical security of the facility and handling sensitive data properly; providing user support or contacts for related problems; checking, and properly distributing, printed output; verifying expendable supply quantities and reordering supplies, when necessary; performing regular operations and routine operations maintenance as prescribed by the OEM; performing tape mounts/dismounts, as required; performing system backups following established schedules;maintaining clean, quality tapes and the automated tape library system; establishing and maintaining machine-to-machine communications; ensuring that each facility is in a state of readiness during designated hours of operation; monitoring all system activities on a continuous basis; interfacing with NRC and/or systems staff regarding any operational or system problems; calling hardware vendors regarding problems or maintenance, as directed; maintaining the physical facility including putting trash in trash cans, discarding paper in recycle bins, discarding sensitive printouts in burn bags, other generalized housekeeping, and maintaining the NRC Data Centers Operation Manual, etc. In addition, the contractor shall be required to provide tape backup for both general files and disaster recovery for twenty-one (21) remote applications. Some of the remote applications that require contractor support are: (1) Licensing Management System; (2) American Society of American Engineers Code Case System; (3) Operator Licensing Tracking System; (4) Regulatory Information Tracking System; and (5) Plan Status/Significant Event Reports. The Data Center systems currently supports the following hardware: ; (1) HP 2470s (< 1 year old); (2) DEC ALPHA 1000s (approximately 8 years old); (3) Intel-Based Servers (0-5 years old); (4) SUN Servers (1-5 years old); and (5) IBM Servers (1-8 years old). Approximately 180 servers are located within the NRC's Data Centers, some of which require more support than others. In addition, a variety of hardware peripherals (e.g., tape drives, a StorageTek Silos, printers, bursters/folders, servers, and communication links) are used to perform mission functions. Each facility is supported by dedicated Uninterruptible Power Supplies (UPS) providing 12 to 15 minutes of emergency power, which allows for an ordered shutdown of system in case of a total power failure. Each facility (i.e, Data Center) has its own hours of operation and staffing requirements. Lead Operators are on call, on a rotating basis, 365 days/year, 24 hours/day. The period of performance for this effort is three (3) years with two additional one-year options. This proposed procurement is a commercial item and is a 100 percent small business set-aside. The size standard for this requirement is average annual receipts of $21.0 million over the past three fiscal years as set forth under NAICS 541513. Interested firms should submit written requests for a copy of the solicitation to the U.S. Nuclear Regulatory Commission at the address as shown below. Telephone requests will not be honored. Closing date for proposals is estimated at two (2) weeks after issuance of the solicitation.

Original Point of Contact: Brenda DuBose, Contract Specialist, Phone (301) 415-6578, Fax (301) 415-8157, Email bjd2@nrc.gov - Brenda DuBose, Contract Specialist, Phone (301) 415-6578, Fax (301) 415-8157, Email bjd2@nrc.gov.

Development of Web-Based Version of Municipal Solid Waste Decision Support Tool

Document Type:  Presolicitation Notice

Solicitation Number: RFQ-OH-03-00065

Classification Code: B -- Special studies and analysis - not R&D

Contracting Office Address: Environmental Protection Agency, Ord Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268

Description: The U.S. EPA, National Risk Management Research Laboratory intends to negotiate on a sole source basis with RTI International for the development of a Web-Based version of the Municipal Solid Waste Decision Support Tool. This requirement is a web based version of the municipal solid waste decision support tool (MSW DST) developed under a cooperative agreement with RTI International. RTI is the only company that has access to the MSW DST and holds the intellectual property rights. The contractor shall (1) refine the graphical unit interface for the municipal solid waste decision support tool; (2) simplify the input manager of the MSW DST for easier use by the user community for each process module including landfills, combustion, transportation, recycling and composting; (3) implement the server system; and (4) provide support documentation. This acquisition is being processed under FAR Part 13, Simplified Acquisition Procedures. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. EPA believes RTI International is uniquely qualified to meet this requirement for the reasons given. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. However, any firm believing itself capable of meeting EPA requirements may submit technical documentation to establish the potential of complying with the statement of work. Such documentation must be submitted to the POC within 10 days of electronic posting of this notice. A determination not to compete the proposed requirement based on the responses to this notice is solely within the discretion of the EPA. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed on a sole source basis.

Original Point of Contact: Point of Contact, Ruby Sugg, Purchasing Agent, Phone (513) 487-2146. Email your questions to U.S. Environmental Protection Agency at sugg.ruby@epa.gov.

Disposal Services And Operational Support

Document Type:  Modification to a Previous Presolicitation Notice

Solicitation Number: SP4400-03-R-0015

Classification Code: F -- Natural resources & conservation services

Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092

Description: Non-personal services for pickup, removal and transportation of hazardous material and wastes that include PCBs and compressed gas cylinders for Nellis AFB NV, Barstow CA, China Lake CA, Edwards AFB CA, 29 Palms CA and surrounding areas. SP4400-03-R-0015 is a full and open unrestricted procurement, and will be issued on or about May 20, 2003 on the worldwide web. The approximate closing date is June 23, 2003. Solicitation will result in a single, firm-fixed price, Indefinite Delivery Indefinite Quantity contract. There will be a split Bid Schedule for disposal/recycling services at China Lake; all other CLINs will be utilized jointly by all sites. The contract will have an 18-month base period and two 18-month option periods. Performance will be requested by issuance of written orders against the basic contract. Prospective subcontractors must be able to meet all federal, state and local laws, ordinances and regulations governing the handling, transportation and disposal of hazardous waste material and environmental protection. The final contract award decision will be based on a combination of price and other factors described in the solicitation.

Original Point of Contact: Jo Spight, Contracting Officer, Phone 269-961-7170, Fax 269-961-4474, Email Jo.Spight@mail.drms.dla.mil.

Trash and Recyclable Waste

Document Type:  Presolicitation Notice

Solicitation Number: 553-74-03

Contracting Office Address: Attn: Department of Veterans Affairs John D. Dingell Medical Center, Office of Acquisition Management, (001R-A), 4646 John R. Street, Detroit,= Michigan 48201

Description: Provide all personnel, equipment, and supplies necessary for removal and disposal of trash and recyclable waste for the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, MI 48602. The North American Industry Classification System (NAICS) for this procurement is 562111. Projected period of service is from date of award through one base year and with four pre-priced option years.

Requests for Quotes are now available through this website or may also be requested via facsimile at (313) 576-1077. Telephone or internet requests will not be accepted. Contractors are responsible for confirming that all requests have been received in the contracting office. All requests must reference solicitation RFQ 553-74-03. Quotes are due by 4:00 pm, local time, May 23, 2003, to the Contracting and Acquisition Service Office (001R-A), Room B4213, at the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, MI 48201. Contractors shall submit the names of at least three local business=92 that the contractor has worked for recently. The business=92 names shall be submitted along with a contact name, phone and fax number for reference checks. Quotes received after the due date will not be considered.

Original Point of Contact: Contracting Officer - Paula Allstetter, Contract Specialist, (313)= 576-3006.