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