Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1998 PSA#2153

U.S. Environmental Protection Agency, Contracts Unit, 100 Alabama Street,S.W., Atlanta, GA 30303

D -- INFORMATION TECHNOLOGY SERVICES SOL RFQ98-036 DUE 083198 POC Stacy Hill, 404/562-8375, Fran Harrell 404/562-8383 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solication; quotations are being requested and a written solicitation will not be issued. Solicitation # RFQ98-036. This solicitation document and incorporated provisions and clauses are those in effect through FAC97-06. This contract will be awarded as a result of full and open competition and a firm-fixed price contract is anticipated. The contractor shall furnish the personnel, services, materials, and equipment required to modernize the data management resources from a 15yr old FOCUS database lodged in EPA's National Computer Center IBM mainframe to a client-server database management system.The contractor shall, within six (6) months of award of the contract, migrate the existing Underground Injection Control (UIC) data from Region 4's current mainframe-based data mgmt. system to a modern, client-server Database Mgmt. System (DBMS)housed in the EPA Region 4 Computer Center, train the UIC staff on use and administration of the DBMS, provide one year's support to the system administrator, and warrant said software for a minimum of a one-year period. A. SYSTEM DEVELOPMENT-The successful offeror shall provide or develop and install the DBMS and the migrated files on the Region 4 network and file server described below. The Contractor shall work closely with EPA's Local Area Network (LAN) Administrator to achieve the installation and migration tasks. Region 4 maintains an inventory of 7,000 wells in its current UIC database and anticipates expansion in the Class V well inventory. The automated system shall track, coordinate, and monitor the activities, policies, correspondence, etc. for the UIC program. The DBMS shall run on Region 4's (LAN) and shall interface with Region 4's Pentium workstations, minimum 200MHzm, 32MB RAM running in a Novell IntranetWare Version 4.11 and Windows 95 operating system. The Contractor shall certify this capability. EPA's LAN runs Corel Wordperfect8, along with the Lotus SmartSuite (1-2-3, Approach, Freelance Graphics). Any different software that would be req'd to run an application will need to be included in the quotation. The product shall be used via remote modem connections to EPA LAN (up to 56 kbps rate) using a Windows 95 interface. The product shall support 10 simultaneous users, maximum of 20 workstations. The DBMS software must be Year 2000 compliant. The Contractor shall certify this capability. The product shall have the ability to generate standard permits, quarterly and annual standard reports (e.g., EPA Form 7520), compliance status reports, financial responsibility reports, and compliance/enforcement status reports. EPA will provide samples. The product shall have the ability to generate and standardize ad-hoc reports. An example would be a query on operator's financial responsibility status to determine compliance with regulations, or to query tracked wells that had not completed mechanical integrity testing requirements. The product shall have the ability to automatically generate new identification numbers for new wells, new permit numbers for new issuances, and new docket numbers for new enforcement actions. The Contractor shall certify this capability. The product shall have the ability to incorporate and generate EPA -- standard documents (e.g., permits, enforcement actions) and save to a word processor formatted document for final issuance. (Samples of standard documents to be furnished by EPA Region 4 after award). The product shall have the ability to prevent registration of new wells in the database unless all data elements are entered. The program shall have the ability to accommodate unique features of Kentucky and Florida cartography (EPA Region 4 will supply conversion algorithms). The program shall have the ability to construct data layers compatible with ARC-INFO version 7.1.2, interfacing with EPA Region 4's Geographic Information System (GIS). The product shall have the ability to demonstrate report results in ARC-View version 2.1, 3.0 and 3.1; The system shall have the ability to upload coordinates obtained from a field GPS unit (RACAL Landstar MkIII); The program must have the ability to incorporate "data elements" beyond those currently in use in the UIC database. The contractor shall develop data "fields" sufficient to contain all the data elements of the "permit", "well", and "operator" files as they currently exist in the FOCUS database. Migration of existing data shall be achieved by a one-to-one correspondence of fields to data. However, nothing shall prevent the vendor from combining several fields into a single field, as long as the data remains intact. Class V implementation will require new data elements to properly identify facilities and individual wells. Other information, not usually gathered in the permitting of Class II wells, will be either useful or necessary for Class V wells. Some elements exist in the current database and require no revision. Additional required Class V permitting data elements are: EPA identification number primary key, EPA permit number (may use KYV rather than KYI or KYA), Well name & number (term "lease" will have little meaning for Class V), Well location: latitude and longitude (currently held in multiple fields), Address, State code, Nearest intersection, In well head protection area, In source water protection area, RCRA facility, Owner name (discontinue use of "company code"), Owner address, Owner contact person & telephone number, SIC code, Well type (from "pull down" menu), Permit status (limited to specific entries), Date application or inventory information received, Data authorized by rule, Expiration date, Type of permit modification, Well status (limited to specific entries), Land ownership (F,S,I,P,O for example), Well ownership (F,S,I,P,O for example), Maximum flow rate (gal/min), Average flow rate (gal/min), Injection fluid, Injection zone: Geologic unit (i.e., formation, etc.), Description, Injection zone water quality (TDS), Size, Weight, Material (i.e., steel, PVC, etc.), cemented; Final casing -- Hole diameter, Depth, Size, Weight, Material (i.e.,steel, PVC, etc.) Cemented; Injection interval -- Interval perforated, Interval slotted or screened, Open hole interval; Geophysical logs available. B. DATA MIGRATION and SYSTEM INSTALLATION- The contractor shall migrate current UIC data from a FOCUS database in EPA's National Computer Center IBM mainframe to a client-server database management system housed within EPA Region 4's Computer Center in Atlanta. The contractor shall have experience with FOCUS databases. This experience shall be evaluated by reviewing the resumes of personnel to be utilized for the task. C. ACCEPTANCE TESTING -- We anticipate a two-week period of intensive acceptance testing, where both the contractor's and the existing system will both run in parallel. D. TRAINING- The contractor shall provide training and materials to three levels of users: system administrators, data entry assistants, and staff scientists and engineers. Such training shall take place at EPA Region 4 prior to acceptance testing to allow for knowledgeable users to be available for acceptance testing. E. WARRANTY and SYSTEM MAINTENANCE -- The contractor shall be required to warrant the installed data management system for a period of one year after product acceptance by EPA Region 4, or for a period customarily offered to the public, whichever is longer. The contractor shall provide support to the system administer to keep the system modernized as software upgrades become available. F. DELIVERABLES -- The contractor shall submit the following: a) Bi-weekly progress reports for the duration of the contract; b) 20 User manuals one week after acceptance of system; c) Standard commercial software licenses; d) The contractor and the UIC program shall have an information sharing meeting 2 weeks after award. At this time, a draft workplan with milestone schedulewill be delivered. A final workplan will be submitted one week after the meeting. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Item. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows; (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification -- Commercial Items. The following FAR clauses apply to this acquisition 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, and 52.239-1, Privacy of Security Safeguards. Offerors shall submit 3 references for past performance which involved system installations within the past three years. A list of installations shall be furnished as part of the quote including any regulatory agencies using its product(s). Award will be made to the offeror that provides the best value to the Government. Quotations shall include resumes of professional personnel to be utilized on this project. The Contractor shall submit, as part of its quote, a project plan for performing the tasks. Please submit three copies of offers to Stacy Hill, Contract Specialist -- 9th Floor Environmental Protection Agency -- Region 4, 61 Forsyth St., SW, Atlanta, GA 30303. All offers are due by August 31, 1998, 3:00 p.m. EST. Offers/Bids received after the exact time specified will not be considered. No telephonic or faxed request will be honored. Referenced clauses can be found on the Internet at http://www.epa.gov/oam/rtp-cmd. Posted 08/04/98 (W-SN232628). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0027 19980806\D-0005.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page