COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS
D -- D -- SOFTWARE MAINTENANCE SUPPORT SERVICES
- Notice Date
- June 14, 2001
- Contracting Office
- Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
- ZIP Code
- 20226
- Solicitation Number
- BATF-01-04
- Response Due
- August 20, 2001
- Point of Contact
- Craig Segall, Contract Specialist, Phone (202) 927-8689, Fax (202) 927-7311, Email cssegall@atfhq.atf.treas.gov -- Gregory Williams, Supervisory Contract Specialist, Phone 202-927-7713, Fax 202-927-8688, Email GQWilliams@atfhq.atf.treas.gov
- Description
- The Bureau of Alcohol, Tobacco, and Firearms (ATF) is a law enforcement organization and a component of the United States Department of Treasury. ATF enforces Federal laws and regulations relating to alcohol, tobacco, firearms, explosives, and arson. ATF's unique responsibilities consist of reducing violent crime, collecting revenue, and protecting the public. ATF Headquarters' Office of Science and Technology (OST) is responsible for providing and supporting the Bureau's current and future information technology (IT) needs. OST has delegated responsibility for supporting ATF's information systems services support requirement to the Information Services Division (ISD). ISD's mission is to identify and make state-of-the-art hardware, software, and IT available to ATF's approximately five thousand five hundred (5,500) internal clients to ensure and promote easy, efficient sharing and fast information = retrieval. ISD's Software Management Branch (SMB) is responsible for maintaining ATF's current mission-critical IT systems and addressing future IT system needs. To aid in accomplishing its mission while improving support for its clients, ISD will procure a consolidated Software Maintenance Support (SMS) contract. A performance based Statement of Work (SOW) will be used to focus and communicate our requirements. The required outcome/result (what, when, where, how many and how well) will be described NOT how it should be accomplished or performed. The primary objective of this acquisition is to consolidate multiple software maintenance support contracts into one software maintenance support contract. Additionally, ATF's goal is to reduce total infrastructure and operating cost while improving the quality and efficiency of ATF software maintenance support. Currently, ATF obtains maintenance support via multiple contracts with eight contractors at an annual cost of approximately $12 million and approximately 70 man-years. The successful offeror shall be responsible for providing a wide range of technical support for ATF's development and test environment and the system/software products supporting the ATF mission including: PROGRAM MANAGEMENT: Provide Program Management oversight of the SMS contract activities, assigned personnel and cost and schedule management. The contractor shall provide a skilled staff capable of providing system/software maintenance, business process reengineering, and quality assurance to support the SMS requirement. MAINTAIN SYSTEMS: Skilled staff, tools and resources are required to undertake all phases of the ATF IT Software Development Lifecycle except for the daily operation of production systems. Services shall include development and test management, server configuration and performance monitoring, risk assessment, problem identification, analysis prioritization and resolution. The Contractor shall interact through the ATF's Contracting Officer's Technical Representative (COTR) with ATF project leaders and customers to refine requirements and analyze and resolve problems. The Contractor shall provide functional application support (Tier II) for all production systems. The Contractor shall also provide software design, program bug fixes, and minor software enhancements to correct program problems or implement minor enhancements (Tier III support), test software changes and functionality, install software upgrades, follow configuration management guidelines, and provide database and technical architecture support. If systems are modified due to maintenance action, the Contractor shall develop or update technical documentation, related information systems processes and requirements, and shall, if requested, provide user familiarization sessions covering system/procedure changes. CONFIGURATION MANAGEMENT: Support transition from development to test environments and coordinate implementation and transition to production with ATF's Operations Services Branch. This support includes impact analysis, feasibility studies as required, system design reviews, prototype design review, development and test environment set up, and enforcing configuration management throughout the entire Software Development Lifecycle. WEB SUPPORT: Maintain ATF Internet and Intranet web-sites and provide web-based technology support. ISD requires the following web development and maintenance services: supporting new software, creating web pages, implementing changes to existing web pages, testing changes, monitoring web usage, estimating and projecting growth, disaster recovery and risk assessment planning, participation in web implementation and requirements gathering meetings, analysis of requirements, bug fixes, reports and minor enhancements, and small web database developments. ELECTRONIC INTERFACES SUPPORT: Electronic interfaces between ATF and other government agencies such as Customs, FBI, members of the alcohol and tobacco industry, the firearms and explosives industry as well as the Bank of America, National Finance Center (NFC), and the Treasury Enforcement Communication System (TECS) must be maintained. ACQUISITION OVERVIEW: This competitive procurement is set aside for 8(a) firms. The goal is to award without discussions. As such, the Government reserves the right to award this contract on the basis of = the Offeror's initial proposal submission as received. Verbal discussion, as well as written communication between the Government and the offerors, will only take place to improve understanding of an Offeror's proposal. The contract will be a Cost Plus Award Fee (CPAF) with one base year plus four option years. The base contract will provide a base fee plus award fees. The target date for contract award is late February 2002. This solicitation will be issued mid-July 2001 via posting to the ATF web-site at http://www.atf.treas.gov/acquisition/contracting.htm. No hard copies will be distributed. Amendments to this solicitation, if any, will be issued on the ATF web site also, therefore, interested parties are urged to check the ATF web-site on a regular basis. Questions regarding this solicitation must be e-mailed to Craig Segall, Contract Specialist, at CSSegall@atfhq.atf.treas.gov. Interested parties should note that this requirement is restricted to 8(a) firms with a bona fide place of business in the areas served by the SBA District Offices in Washington, DC, Baltimore, MD, and Richmond, VA only. NO TELEPHONE INQUIRIES.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/BATF/APMD/BATF-01-04/listing.html)
- Record
- Loren Data Corp. 20010618/DSOL007.HTM (D-165 SN50O963)
| D - Automatic Data Processing and Telecommunication Services Index
|
Issue Index |
Created on June 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|