|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1999 PSA#2372Department of the Treasury, Internal Revenue Service, 6009 Oxon Hill
Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745 D -- BTAMS SYSTEM UPGRADE, WHICH WILL INCLUDE THE DEVELOPMENT OF A NEW
GENERATION OF BTAMS SOFTWARE SOL TIRNO-99-R-00049 DUE 070299 POC Robin
Johnson, Contract Specialist-202-283-1137 The Internal Revenue Service
(IRS) intents to procure on a sole sources basis with Dataflow
Technologies, Inc. 1513 York Road, Lutherville, Maryland 21093-6016, to
upgrade the current custom-built software for the tape inventory and
management system known as Bar Code Tape Management System (BTAMS), and
to implement at 13 IRS sites. At ten service centers sites, BTAMS link
with the IRS's proprietary Automated Workload Management System (AWMS)
program that is designed to manage and control magnetic media. The
BTAMS at the Martinsburg Computing Center (MCC) and Detroit Computing
Center (DCC) link with the IBM compatible mainframe Tape Management
System CA-1. The National Office (NO) BTAMS system is a standalone
workstation. The new upgrade will upgrade the BTAMS software from
Progress Version 6.2 to Progress Version 8.3, upgrade the current
Novell Version 3.12 Servers to NT Servers Version 4.0 and the Windows
Version 3.12 Workstation to NT Workstations Version 4.0. The IRS will
also require the development of a new generation of BTAMS software to
run under Window NT Workstation, NT Server, and NT Oracle Server. At
the service center, BTAMS will interface with the new IRS Automated
Workload Management System (AWMS) using Oracle 8.05 software and Unix
servers. Also required for the Year 2000 compliance is the change of
all BTAMS software to use a 4-digit year field YYYY, rather than a
2-digit year field and to ensure that each affected program processes
the expanded year field correctly. The contractor shall furnish the
software, documentation, warranties and training. The contractor shall
provide 24 hour toll-free telephone support with an answering service.
The technical assistance support services hours are 8:30AM to 5:00PM
Monday through Friday Eastern Time with exception of Government
holidays. The contract will require a program manager and a Senior
Program Analysts. Interested contractors may submit written response
within 10 days after publication of this notice to the Internal Revenue
Service /Constellation Centre, 6009 Oxon Hill Road, Suite 700 M:I:P:CS,
Attn: Robin Johnson (202-283-1137), Contracting Officer, Oxon Hill
Maryland 20745. Faxed written response over 10 pages will not by
accepted by facsimiles (FAX 202-283-1533). Oral communications are not
acceptable and will not be considered. All responding firms can
request a copy of the statement of work and section B- Supplies or
Services Price/Costs by submitting a written request by facsimile or
mail to the above address. All questions must be submitted in writing
and received by facsimile or mail. No contract award will be made on
the basis of any response to this notice. This is contingent upon the
approval of a Justification for Other than Full and Open Competition,
on the citing authority 40 U.S.C. 759 (g). This requirement is being
negotiated as an unrestricted procurement. This acquisition has been
deemed appropriate for acquisition streamlining and will be processed
using the simplified procedure's test program for certain commercial
items inaccordance with FAR 13.500. Under this test program, a
commercial item acquisition may be acquired using the simplified
procedures in amounts greater than the simplified acquisition but not
exceeding $5,000,000, including options. The period of performance will
be one year followed by a one year warranty. Posted 06/18/99
(W-SN344621). (0169) Loren Data Corp. http://www.ld.com (SYN# 0028 19990622\D-0010.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|