ML20043C330
| ML20043C330 | |
| Person / Time | |
|---|---|
| Issue date: | 06/19/1987 |
| From: | NRC OFFICE OF ADMINISTRATION & RESOURCES MANAGEMENT (ARM) |
| To: | |
| Shared Package | |
| ML20043C326 | List: |
| References | |
| FOIA-90-1 NUDOCS 9006050063 | |
| Download: ML20043C330 (24) | |
Text
__
SOUCITATION, OFFER AND A' RD Tol$NSA REG :^I'ANo N S 1k 51 w
'O" YTfTACT NO.
3, 50LIC 4 T AT ION leo.
- 5. 8tEQU 54 TION /PURCHA5E
] ADVERTISEO (IFB)
"O' JUN 19 198<
RS-0RM-87-216 j NEGOTI ATED (RFP)
- r. i55UEO sv CODE l
- e. ADDRESS OnER w <n.mu mea is" " All proposals shot U.S. Nuclear Regulatory Comission be addressed as indicated in Item 7 However.
Division of Contracts handcarried proposals--including EXPRESS MAIL Washington DC 20555 other comercial delivery services--HUST BE Di s
nrl ivrarn in THE ADDRESS IN ITEM 9 BELOW.
NOTE: In advertised solicitations "of fer" and "of fortr" mean " tad" and " bidder".
SOlletTATlON
- 9. Saened offers in originat and 6
h.ne.uisd. in the depository iisied inPL_222L_5ccond_.Elnor _4550 Montgomery _Avatii 130fLEi timeco G
July 2 Bethesda Maryland 20814 e
CAUTION - LATE Submissions. Modifications, and w Nrawer See Section I, Provision No. 52.214 7 or 52.2151o. All offers are subiect to all terms and corw$itions contained in this sohcitation.
A.
- 10. FOR INFORM ATION
- 8. T E WHONL Na (incl =& em code) (NO cmc 7 cm)
CALL:
Deborah OeMarco (301) 492-4279
- 11. TABLE OF CONTENTS
(/l l SEC. l OE SCRIPTION lPAGE(S)
Wil SEC. l OESCRIPTION lPAGE(S)
PAR T I - THE SCHE DULE PAR T ll - CONT R ACT CLAUSES 3
A SOLICIT ATION/CONTR ACT FORM I
Xl 1 l CONTRACT CLAUSES 126-36
~X B
SUPPLIES OR SE RVICES AND PRICESCOSTS 2
PART lit - UST OF DOCUMENTS. EXHIBITS AND OTHE R ATT ACH.
X C
DESCRIPTIONISPECS1 WORK ST ATEviNT 27 YlJ l LIST OF ATTACHMENTS 137 X
0 PACKAGING AND M AR KING 7
PART IV - REPRESENT ATIONS ANO INST RUCTIONS X
E INSPECTION AND ACCEPTANCE 7.9 REPRESENT ATIONS. CERTIFICATIONS AND K
X F
DELIVERIES OR PERFORMANCE 10-12 X
OTHE R STATEMENTS OF OF F E RORS 38-43 X
G CONTR ACT ADMINISTR ATION DATA 12.]Q y
L INSTRS..CONDS.. ANO NOTICES TO OFFER 43-49 X
H SPECI AL CONT Ft ACT REOutREMENTs 20-26 X
M EVALUATION F ACTORS FOR AWARD 49 51 O F F E R (Atust be fully completed by atietor)
NOTE: Item 12 does not apply if the solicitation ir ese the provisions et $2.21416, Minimum Bid Acceptance Period.
- 12. ln Compliance with the above the undersegred agries, if this of fer is accepted within celender deys tWO calender days unless e differens period is inserted 6y tu offeror) f rom the date f or eceipt of of fers specified above. to furnish any of all iterns upon whs:h prices are ofieM at the price set Opposite each item. delivered at the designated poirats), within the time specified in the schedule.
- 13. OISCOUNT FOR PROMPT PAYMENT 3 ' '# 'E "O^ " O^
- 0 '#'END*" U
- 30C#"#"O***
'#"NU^"U^**
ISee Section l. Cieuse No. 62 233 Si
- 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO OATE AMENOMENT NO.
DATE (T%e offeror ochnewledges teetipt of emend.
menta to the SOLICITATION for offerere end reinted documents numl>ered and dated!
IS A. N AME CODE l l F ACIW l R
ME pgR or rant)
AND ADORES $
CF OFFEROR 168. TELEPHON E NO. (Jnclude eres 16C. C*5CK IF REMITT ANCE ADDRE SS
- 17. SIGNAT U A E
- 14. OF FER DATE
*)
IS Olf FERENT FROM ABOVE ENTER SUCH CDaFSS IN SCHEDULE AW ARO (To be completed by Government)
- 19. ACCEP1EO AS TO liEMS NUMBERED 20.niOUN T
- 21. ACCOUNTING AND APPROPRI ATION
- 22. SUBMIT INVOICES TO ADDRESS SHOWN IN d O WUW N (4 copice unleu otherwhe speettleds
{
10 U S C. 2304(a) (
)
41 U.S.C. 252(c) (
)
- 24. ADMINISTERED BY tit other then item 7)
COOCl
& PAmENT mLL OC MADE OY CODE l 9006050063 900405 PDR FDIA WACKER90-1 PDR
- 26. NAME OF CON 1R AC TING OFFICE R (Type or p*.st)
- 27. UNITED ST ATES OF AMERICA
- 24. Aw ARD DAT E l
ISeenoture of Contrertme Offsem l
lMPORT ANT - Award was be made on thes F orm, or c' Standard Form 26. or by other authorned of tecial written r$otice.
l
=
MS8e 764o-ol.162.ause 33 132 STANDARD FORM 33 (REV.10 43)
PREVIOUS E06 TION NOT US ABLE P'e nc bed DV GA o GM t'i*4 0 - 421-526 (25)
- A p ras CF R) 5 3 214(c) 4//
4 f
(
ORM-87-216
\\-
PAGE 2 Section B - Supplies or Services and Prices / Costs B.1 Brief Description of Work The contractor shall provide systems progransning support for all MRC in-house conouters which presently consist of Data General (DG) and' Hewelett-PacKard(HP)16and32BitCPUsandassociatedperipherals.
B.2 Remittance Address If item 15c. of the Standard Fom 33 has been checked, the offeror shall enter the remittance address below.
Name:
Address:
Section C - 0,escriptinn/ Specifications / Work Statement C.1 Scope of Work C.1.1
Background
The Nuclear Regulatory Conunission's (IRM) Office of Infomation Resource Management, currently supports five (5) NRC conputer facilities consisting of Data General (DG) and Hewlett Packard (HP) computers. The facilities and systems are listed belew:
Payroll.- (1) DGC 350 Personnel - (1) C 350 Property and Supply - (1) C 330 (1) MV 8000 Scientific Timesharing -(2) MV 6000 IE Operations Center -
IFMIS (1) C 350 C.1.2 Contract Objectives To ensure the consistent operability of the systems, by providing adequate systems programming support necessary to track and correct hardware and system software problems.
w 0
I ORM-87-216 1
~
.i' 3
PAGE 3 C,1,3 Statement of Work A.
The contractor shall provide systers programming support for all NRC in-house computers which presently consist of Data Genral (DG) and Hewlett Packard (HP) 16 and 32 bit CPUs and associated peripherals.
Systems programming to be perfonned by the-contractor shall include:
Installing and upgrading systems / proprietary software Designing, writing, implementing and documenting systems related software (e.g., comunications/ device drivers)
Hardware /sof tware integration and testing Systems generations Device configurations Comunications testing and interfacing Software / hardware debugging User comunity support including system design techniques to effect efficient applications systems, system message interpretation and remedial actiens, compiler / linkage and system utilities usage, and any other problems associated with system and proprietary software.
B.
All work shall be performed on site at assigned NRC facilities, through Friday during the hours of. 8:30 a.m. anc 5:30 Monday (excluding Federal Holidays) unless prior arrangements are p.m.,
made with the NRC Project Officer. Overtime and weekenc work may be necessary to avoid system interruptions to the user community; in such event, prior approval by the Project Officer is required.
C.
The contractor shall be required to perform the following tasks as requested by the Project Officer in order to ensure taily systems support:
1.
Determine and correct comunications, hardware, and software problems (corrections require prior NRC aporoval).
2.
Respond to user inquiries on technical matters as required.
-3.
Interface with Data General systems personnel on software-related problem resolutions.
.[
(
ORM-07-216 I
r Y
PAGE 4 4.
Load and test on system software as necessary.
5.
Perfom system backups.
6.
Perfonn disk pack formatting as necessary.
7.
Assist users in solving programing anomalies and use of equipment.
8.
Support, revise, and implement system safeguards such as directory structure, log on procedures.
9.
Assign user profiles.
- 10. Rectify ADP communications problems including cabling and terminal locations.
- 11. Train new operators on new sof tware, procedures, and macros as implemented.
12.
Impact analysis of proprietary and systems software upgrades on existing applications as well es new sof tware and hardware.
14.
Provide' systems support to contract and in-house users of DG/HP, or third party related proprietary sof tware.
15.
Design, write, implement and document systems related sof t-ware or sof tware requiring extensive systers knowledge.
16.
Identifies system changes or modifications necessary to assure the operating system is running efficiently and serving the needs of the users.
- 17. Monitor and provide technical support if needed to NRC hardware contractors to insure speedy repair of equipment.
D.
Users and systems documentation shall be. required as necessary for all system upgrades or modifications. Docur.entation format shall be determined by the Project Officer or designee.
beir ieed
~,1
(
(
mn
}
4, CONT RACT 40 CODE PAeg OF PAer I
' AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT
.l l
3
- 4. REGul54TlON/PURC ASE REQ. NO.
5 PRS M Peo.(If- ^ ^
g 3, AMENO48ENT/MODir4 GAT SON NO.
3.
on.
?. ADMINt&TERED SY (11othee thess isem ()
l 6;e&5ut O Dv 11.S. Nuclear Regulatory Commission Division of Contracts and Property Management Washington, D.C.
20555
- 4. NAME AND ADORt$$ OF CONT RACToR (No.. street, county, Sasar end Zif Codel g
9A. AMENDMtNT oF SOLIC4T ATION No.
X RS-ARM-89-132
- 98. DAT EO (S&;5 ITKAI J ##
TO ALL OFFER 0RS 10/25/88 40A. MOOlFICATION o$ CONT nACT/ORD.
NO.
108. DAT ED (SEE frLY #Js CODE lF ACILITY COOE
- 11. THIS LTEM ONLY APPUES TO AMENDMENTS OF SOLICIT ATIONS The hout and date specified for receipt of Offers b is esitaand, is not a The acove numtered sohcitation is amended as set f orth in itere 14 tenaud Offers must acknowledge receipt of this amendment prior to the hou' ano date specified in the solicitation or as amended,by one of tre foisowing methods:
3 copies of 1*e armendment: (b) By acknowledging receipt of this ame.Wment :r' asets copy of the of (4) By cortveting items B and 16. and returning nutmitted. or k) By separate letter or telegram which includes a tsference to the sohcitation and amendment numbers FAILURE OF O*JR ACKNOWLEC MENT TO BE RECElVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PHIOR TO THE HOUR AND OATE SPECIFIED MAY RESU, IN REJECTION OF YOUR OFFER. If by virtae of this amendmert vov desire to change en offer already submitted,such change me. tv made by telegrarr letier,provded each teiegrarn or letter makes reference to the sohcitation and this amendment, and is received prior to the openi'tg ho.r ac date specifeed
- 42. ACCOUNTING ANO APPRoPRI AT40N DAT A (if required)
N/A
- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTR ACT/ ORDER NO, AS DESCRIBED IN ITEM 14.
A. TNi$ CHANGE ORDER 85155UED PVR5UANT TOi (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE srADC IN THE CON.
p T FI ACT ORDER NO. IN ITEM 10A.
B. THE ABoVE NUMBERED CoNTR ACT/ ORDER 15 MoonFIED TO REFLECT THE ADMINISTR ATivE CHANGES (such as changes en paying off.
oppropriation dele, efe.15ET FoRTH IN ITEM 14.PUR5vANT TO THE AUTHOR 4 TY OF F AR 43.103(D).
C.TMi$SUPDLEMENT AL AGREEMENT I5 ENTERED INTO PUR5VANT TO AUTHORITY OF t D.OTHER (Specify f>pe of modification and authorityp 3
copies to the ssuing of fice.
E. IMPORTANT: Contractor U is not, O is required to s'gn this docurnent and return WT) ESC RiaTeon OF AMENDMENT /MOOlFIC AT TON (Organued ay CCF eection Aeedanes. includans sohcitation/contmet su6seet actree iuAere feasa6de.)
The purpose of this amendment is to add e requirement to the Statement of Work and Evaluation Criteria, correct typographical errors and establish a new date for receipt of proposals. Therefore, the following changes are hereby made to the solic it at ion:
- 1) Under Section C - Description / Specification / Work Statement, C.I Statement of Work, third paragraph (page 11) delete the first two sentences in their entirety and substitute the following in lieu thereof:
nranted and en full forC-
,h; E nttot at osovictQ nett.n. 4 4 teeml end Conditions of tne doCurnent 't't*tated in item 9A or loa, al neretofore Cnenged, remains u ena SHect.
16A. N AME AND TITLE OF CONT RACTiNG ^8 8
- E E srype or peints Is A. N AME AND TIT LE OF SiGNE R (rype s - nnnt; Elois J. Wiggins
- O F A N*
RIC A
~
.6C. D A TE SIGN
- t o r.- a ac T
- a c.< < t a O a
. v.. > t s c s tD ise.UNiPEq5 TAT h }-
11//f/88 I
av I
+tnesse=e o' pe= son autharaed to seen
- l ISatnet of ont c-Offncers STANDA* FORM 30 IREv. le 30 los
'.W 9 J! ?!.tM 40 M e..
-e
. s :.
is / e
~
Page 2 of 3 RFP RS-ARM-89-132 Amendment One "It is the intent of the NRC to use database management software systems 082 and IDMS/R with full screen processing, to satisfy most mainframe conventional system development needs and to use COBOL oriented solutions only when necessary, The use of 082 and IDMS/R software will provide the NRC with state-of-the-art systems development tools which should reduce total systems development time."
2)
Under C.1 Statement of Work, NIH TIMESHARED ENVIRONMENT (page 13), add the following to the list of sof tware packages NRC has acquired and installed at NIH:
"lDMS/R - Cullinet's DBMS" 3)
Under C.1 Statement of Work, delete Appendix A on page 21 in its entirety and substitute the following Appendix A in lieu thereof:
Appendix A Estimated Full Time Equivilent's by Generic Labor Categories (One FTE Equals 2080 Hours Per Year)
Programmer /
Environment Analyst Analyst Programmer IBM (NIH)
COBOL 2
2 2
RAMIS 1
1 1
092 1
1 1
IDMS/R 1
1 1
OATA GENERAL COBOL and IDEA 1
2 1
FORTRAN 1
1 IBM PC 1
1 1
IBM 9370 AS and PROFS /REXX 2
Other personnel which may be required to perform work under this contract:
Project Manager Project Administrator Technical Writer / Documentation Specialist Software Admin./ Mark IV Reports Techniciar Computer Operator
c Page 3 of 3 RFP RS-ARM-89-132 Amendment One 4)
Under Section I, Contract Clauses, Clause I 5 Requirements, Alternate I, Paragraph (f), complete the final sentence as follows:
"the expiration of the order's period of performance "
5)
Under Section I, Contract Clauses, Clause 1.8 Limitations on Subcontracting, Paragraph (a), the first sentence should read, "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
6)
Under Section M - Evaluation Factors For Award, Paragraph M.3 Evaluation Criteria, make the following changes:
o Under Criteria A.
Personnel Qualifications, delete the third sentence in its entirety and substitute the following in lieu thereof;
" Demonstrated experience with the following sof tware available at NIH: MVS, COBOL, JCL, TSO, WYLBUR, RAMIS II, DB2, IDMS/R, MARK IV, PL/1, IBM utilities."
Change the title of the second criteria to read as follows:
o "B.
Technical Approach and Understanding of Requirement" o Under Criteria D.
Corporate Experience, delete the second sentence in its entirety and substitute the following in lieu thereof;-
" Demonstrated experience developing Federal (non-military)
Regulatory Management Information and/or Tracking Systems using the Data Base Management Systems 082 and IDMS/R."
7)
The date and time for receipt of proposals is extended to December 2, 1988, 3:00 pm.
1
- l
(
(
Page 1 l
i SOLICITATION, OFFER AND AWARD OMB No. 0505-0005 i
Expiration Date: 05/31/88
- 1. TITLE:
ADP Systems Development and Maintenance Services
- 2. CONTRACT NO.
- 3. SOLICITATION NO.
- 4. TYPE OF SOLICITATION l
RS-ARM-89-132 Negotiated (RFP)
SET-ASIDE (See Section L)
- 5. DATE ISSUED 6.
REQUISITION / PURCHASE NO.
i 10/25/8s RFPA ARM-89-132
- 7. ISSUED BY
- 8. ADDRESS OFFER TO All proposals should be addressed l
U.S. Nuclear Regulatory Commission as indicated in Block 7, however, Div. of Contracts & Property Mgmt.
handcarried proposals (including g
Mail Stop P-1020 Express Mail) must be delivered Washington, DC 20555 to the address in Block 9.
NOTE: In sealed bid solicitations, " offer and offeror" mean " bid and bidder".
SOLICITATION
- 9. Sealed offers in original and 5 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 7, or if handcarried, in the' depository located in Room P-10ll, 7920 Norfolk Avenue Bethesda, Maryland 20014, until 3:00 P.M. local time on 11/23/88 CAUTION-LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-10.
All offers are subject to all terms and conditions contained in this solicitation.
- 10. FOR INFORMATION CALL: A. NAME: Mr. Mark Flynn B. TELEPHONE NO.: (301) 492-4276 (No Collect Calls)
- 11. TABLE OF CONTENTS PART/SECTION DESCRIPTION PART I - THE SCHEDULE A
SOLICITATION / CONTRACT FORM i
B SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D
PACKAGING AND MARKING E
INSPECTION AND ACCEPTANCE F'
DELIVERIES OR PERFORMANCE G
CONTRACT ADMINISTRATION DATA H
SPECIAL CONTRACT REQUIREMENTS PART II
- CONTRACT CLAUSES I
CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS J
LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS X
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERCRS L
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFER 0RS M
EVALUATION FACTORS FOR AWARD EXCEPTION TO STANDARD FORM 33 STANDARD FORM 33(REV-4-351 APPROVED BY GSA/0IRM 6/85 FAR(48 CFR) 23.214(C)
-ll
(
(
\\
PAGE 2 SOLICITATION, OFFER A80 AWARD OFFER (Must be fully completed by offeror)
NOTE:
Ites 12_does not apply if the solicitation includes the provisions at 52.214-16, Minimus Bid Acceptance Period.
- 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above,-to furnish any or all items upon which p: Ices are offered at the price set opposite each item, delivered at the designated point (s), within the time specified in the schedule.
- 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 10 Calendar days 20 Calendar days 30 Calendar days
_ Calendar days
- 14. ACKNOWLEDGEMENT OF AMEN 0MENTS (The offeror acknowledges receipt of amendments to the SOLICITATION for offerors and related documents numbered and dated:
AMENDMENT NO DATE AMENOMENT NO DATE 15A NAME AND ADDRESS OF 0FFER0R
- 16. NAME AND TITLE OF PERSON DUNS Code:
Facility:
AUTHORIZE 0 TO SIGN OFFER (Type or Print)
ISB TELEPHONE NO. (Include Area Code) 15C. ( ) CHECK IF REMITTANCE A00RESS IS DIFFERENT FROM AB0VE--ENTER SUCH A00RESS IN SCHEDULE
- 17. SIGNATURE:
- 18. OFFER DATE:
AWARD (To be completed by Government)
- 19. ACCEPTED AS TO ITEMS NUMBEREO 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION
- 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
( ) 10 U.S.C. 2304(c)( )
( ) 41 U.S.C. 253(c)( )
- 23. SUBMIT INV0 ICES TO ADDRESS SHOWN IN ITEM 25:
(4 copies unless otherwise specified)
- 24. ADMINISTERED BY
- 25. PAYMENT WILL BE MADE BY (If c:her than Item 7)
U.S. Nuclear Regulatory Commission 01 vision of Accounting and Finance GOV /CCM Accounting Section Washington, DC 20555
- 26. NAME OF CONTRACTING OFFICER 27. UNITED STATES OF AMERICA
- 28. AWARD DATE (Type or Print)
(Signature of N:racting Of ficer)
IMPORTANT - Award will be made on this Form or on Standard Form 26, or by other authorized of ficial written notice.
EXCEPT:Ch TC STANDARD FORM 33 APPROVE 1 5Y GSA/0IRM 6/85
1
'I
(
(
TABLE OF CONTENTS PAGE SOLICITATION, OFFER A2 AWARD....................
1 TABLE OF CONT ENTS...............
3 SECTION B - SUPPLIES OR SERVICES AND PRICE / COSTS..........
7 B.1 BRIEF DESCRIPTION OF WORK (MAR 1987) 7 ALTERNATE I (MAR 1987)
B.2 CONSIDERATION AND OBLIGATION--TASK ORDERS (JUNE 1988)....
7 B.3 SCHEDULE OF PRICES / COSTS..................
8 SECTION C - DESCRIPTION / SPECIFICATION 11
/ WORK STATEMENT C.1 STATEMENT OF WORK (MAR 1987) 11 SECTION O - PACKAGING AND MARKING..................
22 0.1 PACKAGING AND MARKING (MAR 1987)..............
22 SECTION E - INSPECTION AND ACCEPTANCE 23 E.1 CLAUSES INCORPORATED BY REFERENCE.............
23 (FAR 52.252-2) ( APR 1984)
E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987).......
23 SECTION F - DELIVERIES OR PERFORMANCE................
24 F.1 CLAUSES INCORPORATED BY REFERENCE,............
24-(FAR 52.252-2) ( APR 1984)
F.2 REPORTING REQUIREMENTS....
24 F.3 FINANCIAL STATUS REPORT (MAR 1987).............
25 F.4 PLACE OF DELIVERY--REPORTS (MAR 1987)...........
25 F.5 0URATION OF CONTRACT PERIOD (MAR 1987)...........
26 SECTION G - CONTRACT ADMINISTRATION DATA..............
27 G.1 PROJECT OFFICER AUTHORITY (MAR 1987)............
27 ALTERNATE II (MAR 1987)
G.2 REMITTANCE ADORESS (MAR 1987)...............
27 G.3 TASK ORDER PROCEDURES (MAR 1987)..............
28 G.4 ACCELERATED TASK ORDER PROCEDURES (MAR 1987)........
29 G.5 PROMPT PAYMENT (52.232-25) (FEB 1988)...........
29 ALTERNATE II (FEB 1988)
G.6 PHASE IN - PHASE OUT TASK.................
34 G.7 INDIRECT RATES (JUNE 1988) (CPFF TASK ORDERS)........
35 SECTION H - SPECIAL CCNTRACT REQUIREMENTS..............
36 H.1 KEY PERSONNEL (MAR 1987)..................
36 H.2 DISSEMINATION OF CONTRACT INFORMATION (MAR 1987)......
37 H.3 PRIVATE USE OF CONTRACT INFORMATION AND DATA (MAR 1987)..
37 H4 SECURITY (MAR 1987)....................
37 H.5 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST......
39 (OMB CLEARANCE NUMBER 3150-0112) (MAR 1987)
H.6 DETERMINATION OF MINIMUM WAGES AND FRINGE BENEFITS.....
41 (MAR 1987)
H.7 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY...........
41 PART II - CONTRACT CLAUSES............
42 l
c t
(
(
TABLE OF CONTENTS PAGE CONTRACT CLAUSES...................
42 SECTION I 1.1 CLAUSES INCORPORATED BY REFERENCE.............
42 (FAR 52.252-2) (APR 1984) 1.2 ANTI-KICKBACK PROCEDURES (FAR 52.203-7)..........
44 I.3 ORDERING (FAR 52. 21-6-18) ( APR 1984)............
45 1.4 DELIVERY-0RDER LIMITATIONS 46 (FAR 52.216-19) (APR 1984) 1.5 REQUIREMENTS (FAR 52.216-21) (APR 1984)..........
46 ALTERNATE I (APR 1984)
I.6 OPTION TO EXTEND THE TERM OF THE CONTRACT--SERVICES 47 (FAR 52.217-9) ( APR 1984)
I.7 SERVICE CONTRACT ACT OF 1965 (I-FSS-222-41) (APR 1984)...
48 I.8 52.219-14 LIMITATIONS ON SUBCONTRACTING (0CT 1987)....
56.
I9 PAYMENT FOR OVERTIME PREMIUMS.........
56 PART III - LIST OF DOCUMENTS, EXHIBITS...............
58 AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS...................
58 J.1 ATTACHMENTS (MAR 1987)..............
58 REPRESENTATIONS AND INSTRUCTIONS............
59 PART IV SECTION K - REPRESENTATIONS, CERTIFICATIONS AND 59 OTHER STATEMENTS OF 0FFER0RS K.1 CONTINGENT FEE REPRESENTATION AND.............
59 AGREEMENT (FAR 52.203-4) ( APR 1984)
K2 TYPE OF BUSINESS ORGANIZATION (FAR 52.215-6) (JUL 1987)..
59 K.3 AUTHORIZED NEGOTIATORS (FAR 52.215-11) (APR 1984).....
60 K.4 PLACE OF PERFORMANCE (FAR 52.215-20) (APR 1984)......
60 K.5 SMALL BUSINESS CONCERN REPRESENTATION...........
60 (FAR 52.219-1) (MAY 1986)
K.6 SMALL DISADVANTAGED BUSINESS CONCERN..........
61 REPRESENTATION (FAR 52.219-2) (APR 1984)
K.7 WOMEN-0WNED SMALL BUSINESS REPRESENTATION.........
62 (FAR 52.219-3) (APR 1984)
K.8 PREFERENCE FOR LABOR SURPLUS AREA CONCERNS.........
62 (FAR 52.220-1) (APR 1984)
K.9 CERTIFICATION OF NONSEGREGATED FACILITIES.........
62 (FAR 52.222-21) (APR 1984)
K.10 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS.........
63 (FAR 52.222-22) ( APR 1984)
K.11 AFFIRMATIVE ACTION COMPLIANCE...............
64 (FAR 52.222-25) ( APR 1984)
K.12 CLEAN AIR AND WATER CERTIFICATION......
64 (FAR 52.223-1) ( APR 1984)
K.13 COST ACCOUNTING STANDARDS NOTICES AND...........
64 CERTIFICATION (NONDEFENSE)
(FAR 52.230-2) ( APR 1984)
K.14 ORGANIZATIONAL CONFLICTS OF INTEREST (MAR 1987)......
66 K 15 CERTIFICATION REGARDING CEBARMENT STATUS (MAR 1987)....
67 SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES..........
68 TO 0FFER0RS I
i t
(
TABLE OF CONTENTS PAGE L.1
$0 LICITATION PROVISIONS INCORPORATED BY..........
68 REFERENCE (FAR 52.252-1) (APR 1984)
L.2 TYPE OF CONTRACT (FAR 52.216-1) (APR 1984).........
69 L.3 SERVICE OF PROTEST (FAR 52.233-2) (JAM 1985)........
69 L.4 LEVEL OF EFFORT (MAR 1987).........
69 L.5 ESTIMATED DURATION (MAR 1987).......
69 L.6 ACCEPTANCE PERIOD (MAR 1987)................
70 L.7 SMALL BUSINESS SIZE STANDARD AND PRODUCT CLASSIFICATION..
70 (MAR 1987) Al.iEWCH I (MAR 1987)
L.8 AWARD NOTIFICATION AND COMMITMENT OF PUBLIC FUNOS (MAR 1987) 70 L.9 DISPOSITION OF PROPOSALS (MAR 1987)............
71 L.10 NONDISCRIMINATION BECAUSE OF AGE (FAR 22.901) (MAR 1987)..
71 L.11 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (MAR 1987)..
71 L.12 PROPOSAL PRESENTATION AND FORMAT (JUN 1988)........
71 ALTERNATE I (JUN 1988)
L.13 IDENTIFICATION OF RESTRICTED COMPUTER SOFTWARE.......
79 (JUNE 1988)
L.14 TIMELY RECEIPT OF PROPOSALS / BIOS..............
79 SECTION M - EVALUATION FACTORS FOR AWARD.............. 80 M.1 SOLICITATION PROVISIONS INCORPORATED BY.....
so REFERENCE (FAR 52.252-1) ( APR 1984)
M.2 CONTRACT AWARD AND EVALUATION OF PROPOSALS. (MAR 1987)... so M.3 EVALUATION CRITERIA....................81
b PAGE 6 OFFERORS / BIDDERS PLEASE NOTE:
I An (*) means the information is to be incorporated into any resultant contract.
(
PAGE 11
('
RS-ARM-89-132 Sectica C l
SECTION C - DESCRIPTION / SPECIFICATION
/ WORK STATEMENT
- 4 C.1 STATEMENT OF WORK (MAR 1987) l STATEMENT OF WORK The contractor shall provide the necessary personnel and facilities to design and develop, as well as to maintain and improve, automated information systems, resident on mainframes, minicomputers and microcomputers, which are managed by the Office of Administration and Resources Managnent (ARM) for all offices of the Nuclect Regulatory Consission (NRC).
Design and development includes all necessary systems planning, requirements analysis, system design, and system implementation activities.
Maintenance is defined as whatever effort is ?eeded to keep a system running as designed.
Typical mainters.nce activities include problem analysis, error correction, file sizing adjustments, file backup and retrieval, application of sof tware product changes, and user liaison.
System improvement means to change a system currently in operation to accommodate new requirements.
Typical changes are:
new reports; new sequences or selection criteria in existing reports; rearrangement of data on existing-reports; adding, deleting or redefining of data elements; changing edit requirements; and changing processing requirements.
System development and maintenance may include systems analysis, preparation of systems specifications, preparation of program specifications, and program development and testing.
Also included may be systems documentation, development of user's manuals' and systems manuals, systems training, systems testing, and systems evaluation. This will usually occur during normal business' hours. However, the contractor may be required to make changes to operational ADP software at night or on weekends in cases of critical need.
It is the intent of the NRC to use the database management sof tware system, 082, with full screen processing, to satisfy most mainframe conventional system development needs, and to use COBOL oriented solutions only when necessary.
The use of 082 software will provide the NRC with state-of-the-art systems development tools which should reduce total systems development time.
Further, the contractor shall utilize structured analysis techniques and appropriate Computer-Aided Sof tware Engineering (CASE) tools in all development crojects.
.p
(
PAGE 12
(
iI
_ RS-ARM-89'132 Sect 1Cn C Work to be performed under this contract will be defined in approved Task Orders and will specify the services to be provided, deliverables, schedules, and resource allocations. Each project may vary in complexity from minor program corrections, which require no formal documentation, to in-depth requirements analysis which require significant formal documentation.
The level of effort for these diverse Task Orders will require personnel of varying levels of expertise, years of experience and education, and unique backgrounds of involvement with hardware, software, and computer applications.
Computer time and use of NRC equipment and facilities may be made available on an individual Task Order basis depending on the scope of the effort. The contractor may be required to work on-site at designated NRC locations in the_ Washington, D.C. metropolitan area whenever such an arrangement would be in the best interest of the-government.
Otherwise, the contractor shall work at its own location.
REQUIREMENTS The Contractor shall use only qualified, competent, and fully-trained ADP personnel in the performance of work under this contract.
It shall be the responsibility of the Contractor to provide or obtain training for their staff whenever a new software package is installed for use by the NRC on systems affected under this contract.
The full cost of such training shall be the sole responsibility of the Contractor.
In performance of this contract, the Contractor shall interact with NRC staff at the various Headquarters locations in the Washington, D.C. Metropolitan area.
The Contractor's staff shall be available to attend meetings, discuss specific requirements and/or technical issues with the NRC ADP staff and users at Headquarters.
Further, the Contractor shall provide the appropriate personnel in response to emergency situations at Headquarters for problem analysis, error correction and systems failures when needed.
This may require the contractor to be on-site at NRC Headquarters locations within approximately one hour of notification of the problem.
Based on previous experience, this could be required on a daily basis over the term of the contract.
DELIVERY REQUIREMENTS The Contractor shall provide a minimum of two (2) pickups and deliveries on each of the NRC's regular workdays at the following locations:
Phillips Building, 7th Floor, 7920 Norfolk Avenue, Bethesda, Md.
Maryland National Bank Building, lith Floor, 7735 Old Georgetown Road. Sethesda, Md.
I PAGE 13
(
RS-ARM-89-132 Section C One White Flint North, 2nd Floor,11555 Rockville Pike, Rockville, Md.
The first daily pickup / delivery shall occur between the hours of 9:00 a.m. and 11:00 a.m.
The second daily pickup / delivery shall occur between the hours of 1:00 p.m. and 3:00 p.m.
ENVIRONMENT-The information systems environment at NRC consists of:
buying computer time (timesharing) from the National Institutes of Health (NIH) Federal Data Processing Center; ownership of various Data General minicomputers; utilization of two IBM 9370 computers; and ownership of IBM and IBM-compatible personal computers.
NRC's ADP equipment to support timesharing consists of remote job entry (RJE) stations, data terminals, microcomputers and associated telecommunications equipment needed for data transfer and communication with the facility at which the computer is located.
The contractor shall establish data communication capability with the following computer facilities:
NIH Central Facility Data General minicomputers located at NRC HQ IBM 9370 minicomputers located at NRC HQ The NRC will provide the equipment listed under Section H.
GOVERNMENT FURNISHED EQUIPMENT / PROPERTY.
The contractor shall provide all other necessary equipment / services to establish this communications capability.
NIH TIMESHARED ENVIRONMENT The following is a list of the most commonly used software by NRC at the NIH Computer Center:
IBM MVS/XA - (Multiple Virtual Storage) Operating System JES2 NJE - (Job Entry Subsystem 2 Network Job Entry)
WLBUR - Online interactive text editor and job entry facility WLBUR Command Procedures TSO - Time Sharing Option TSO CLIST COBOL PL/1 JCL 082 - IBM's DBMS Utilities for data management and manipulation The NRC has acquired and installed the following software packages at NIH:
MARK IV - Informatics' program development aid RAMIS II - Mathematica's OBMS
f PAGE 14
(
RSeARM-89-132 Secti:n C Y
DG MINICOMPUTERS ENVIR0kMNT NRC owns several Data General minicomputers:
One MV/15000 is dedicated to the Payroll Systes; a second is used solely for the Automated Personnel System; and a third is dedicated to the i
Integrated Financial Management System.
A C/330 accommodates two systems, Property and Supply, and the Facility Control System.
The NRC also owes two DG MV/6000's which are dedicated to the NRC Operations Center. Dial-up remote access capability is available to authorized users, t
The software available on the Data General minicomputers consists of the following:
AOS - Advanced Operating System
'AOS/VS - Advanced Operating System / Virtual Storage INFOS II - File Management INFOS Query / Report Writer IDEA - Interactive Data Entry / Access COBOL 16 and COBOL 32 FORTRAN 77 CLI - Command Line Interpreter SED - Screen Editor System Utilities (Sort / Merge)
X0DIAC IBM 9370 ENVIRONMENT:
The NRC has two IBM 0370 computers.
The following software is available:
IBM /VM - OPERATING SYSTEM APPLICATION SYSTEM (AS) - Integrated Information Handling System PROFESSIONAL OFFICE SYSTEM (PROFS) - Electronic Mail and Calendaring RESTRUCTURED EXTENDED EXECUTOR LANGUAGE (REXX)
PERSONAL COMPUTER (MICROCOMPUTER) ENVIRONMENT:
In addition to timesharing on mainframe computers and utilization
- of in-house minicomputers, more than 1350 personal computers (PCs) are in use at NRC to satisfy end user information needs.
A list of standard PC equipment and sof tware is shown below.
NRC STANDARD PC HARDWARE:
IBM PC IBM PC-XT and PC-AT IBM PC-Portable IBM PS/2 Models 30 and 50 TOSHIBA PORTABLE COMPAQ Portable CCMPAQ Oeskpro 286 and 386
1
(
PAGE 15
(
RS-ARM-89-132 Section C 4
LAN-IBM Token Ring i
PLUS HARDCARD AST $1XPAKPLUS Standard peripherals include monochrome, graphics, and color graphics displays; matrix, graphics, laser jet, and wide carriage 1
printers; disk drives, color pen plotters, and modems.
NRC STANDARD PC $0FTWARE:
1 IIM PC DOS & BASIC COMPAQ MS-DOS & BASIC IBM BASIC Compiler Microstuf CROS$ TALK XVI Persoft Smarterm 400 (DG Emulation)
LOTUS 1-2-3 Ashton Tate dBASE III and dBASE III Plus Novell Netware/286 RAMIS/PC Workstation Word Processor with ASCII file generator VOLUME OF WORK:
There are approximately 90 administrative / management systems in operation consisting of over 3000 computer programs. contains a list of the operational systems, the facility where they are installed, and the language (s) used.
The total number of systems and programs to be supported will vary as new systems are added and old ones are retired.
Although the NRC has only seven (7) systems operating on Data General minicomputers, they account for over 1500 of the computer programs; with about 650 written in COBOL, 850 written in IDEA, l
and approximately 25 written in FORTRAN.
More than 50 systems operating at NIH are comprised of approximately 1500 computer programs, 80% of which are written in COBOL and RAMIS II.
MARK IV and 082 account for the balance.
l Approximately 25 PC-based systems are operational, written in dBASE III.
Apper. dix A is a matrix containing estimated staff years by generic labor category for each major hardware /sof tware environment.
PERSONNEL The personnel designated to perform under this contract are considered critical to the success of the NRC ADP program.
The contractor shall provide a staff with a combined in-depth experience in current technologies including Data Dictionaries, Data Modelling, Rapid Prototyping, Structured Analysis and Design, Data Base Management Systems, Microcomputers, and Telecommunications, t
/
PAGE 16
(
i RS-ARM-C-13k Section C LABOR CATEGORIES It is anticipated that the performance of work under this contract will require all or some of the following professional personnel.
Support personnel may also be required.
Project Manager Systees Analysts (including Senior / Junior)
Programmer / Analysts Programmers (including Senior / Junior)
)
Technical Writer / Documentation Speciali t j
s Project Administrator
]
Software Administrator / Mark IV Reports Tt & cian 1
Computer Operator The duties / responsibilities for personnel utilized under this contract and their min ~1 mum qualifications follow:
Project Manager The Project Manager performs the management functions of planning, organtr.ing, and controlling the data processing activities of all staff performing work under the contrict.
He/she plans the activities to provide for a timely and quality product through the use of scheduling attivities, periodic reviews, and other ADP management techniques. He/she shall have technical experience', be competent and possess extensive management ability.
Systems Analyst Devises and prepares layouts for computer systems requirements and develops procedures to process data by automated means.
Confers with other technical personnel to determine problem and type of data to be processed. Analyzes the problem in tems of equipment capability to determine techniques and formulates computer system requirements most feasible for processing data. Individual shall L
be adept in preparing a definition of the problem, together with recommendations for equipment needed for its solution, from which the programmer prepares flow chart and computer instructions.
Writes specifications to the exact requirements for each program.
Individual may be required to supervise the preparation and implementation of individual programs.
Individual may be required to develop and implement applications using mathematical and statistical formulae.
Programmer / Analyst A Programmer / Analyst develops and prepares diagrammatic plans for solution of business, scientific and technical problems by means of ADP.
Analyzes programs in terms of type and extent of information to be transferred from storage units, variety of items to be processed, extent of sorting, and format of final printed results. Additionally, designs detailed programs, flow charts, and diagrams indicating mathematical computations and sequences of i
.I PAGE 17
(
R$-AAM-89-132 Section C machine operations necessary to copy and process data and print results.
The Programmer / Analyst also verifies accuracy and completeness of programs by preparing sample data, and testing them by means of systems acceptance test runs.
Corrects program errors by revising instructions or altering sequence of operations.
Individual is responsible for system documentation and operating run procedures documented according to established government methods and operations standards.
Evaluates and modifies existing programs to take into account changes in procedure or type of reports desired.
Programmer A programmer performs computer programming activities utilizing general program specifications which require minimal analysis.
Shall have knowledge of appropriate computer hardware, computer software, peripheral equipment, and programming languages in order to write programs to meet information requests.
Translates detailed flow charts into machine instructions, confers with technical personnel in planning programs, and works on programs within a system.
The programmer shall also be able to revise existing programs to make improvements and reduce operating time.
The individual shall be able to independently run an entire system or portion thereof, and to review and process its output for user consumption.
Technical Writer / Documentation Specialist The individual collects, edits, and formats technical information producing a full range of ADP documentation.
Shall have working knowledge of FIPS documentation standards.
Keys data into computer-acceptable media using computer terminals to update documentation manuals.
Project Administrator Collects and verifies time sheets, maintains records of incoming work, prepares status reports, monitors and maintains hours and contract costs, and performs various other administrative support duties as needed.
Software Administrator / MARK IV Reports Technician Duties include:
The accountability for all system notebooks, program source listings, source libraries, CLISTS, JCL listings, etc.; creation of backup tapes for disk libraries; production and distribution of disk dataset reports and tape-volume status reports; distribution of updates to system documentation notebooks; and assignment of program and system identification numbers.
Writing and executing MARK IV programs to generate standard and ad hoc reports; detection and correction of any error condition found during execution; distribution of reports to requestors; and
l PMg 13
(
R$-AhM-89-132 Section C I
saintaining a record of work performed.
Computer Operator Operates Data General Eclipse Computer and attached peripheral equipment. Initiates processes and batch jobs through on-line console.
Initializes and shuts down system, backs up files onto tape, provides assistance to computer users, responds to operating and computer output instructions, and reviews error messages and makes corrections during operation or refers problems to proper person.
SYSTEM DEVELOPMENT PROCESS:
l The contractor shall utilize a System Development Process which effectively incorporates the use of state-of-the-art systems development methodologies, i
As a minimum, the contractor shall use Structured Analysis, Design, and Programming Techniques, Data Modelling, and Rapid Prototyping on all development projects under this contract.
Following is a description of a system development process that has been generally used by the NRC.
Phase I System Planning A.
Feasibility o NRC Management Review and Decision Phase II System Requirements A.
Operations and Systems Analysis 8.
User Requirements C.
Technical Support Requirements D.
Conceptual Design E.
Alternatives Evaluation and Development Plan o NRC Management Review and Decision Phase III System Development A.
Technical Design Specifications B.
Technical Support Specifications C.
Application Specifications D.
App 1tcation Programming and Testing E.
User Procedures and Controls F.
User Training G.
Implementation Planning H.
Conversion Planning I.
System Testing o NM Management Review and Decision
~ ~
~
R$-ARM-89-132 section i
i Phase IV
$ystem Implementation A.
Phased Implementation B.
System Installation C.
Refinement and Tuning D.
Post Implementation Review o NRC Management Review and Decision This approach is characterized by breaking down the total job into a series of manageable tasks.
The complete development process has four phases, each of which has several steps containing a group of 3tandard activities.
Project work assignment will be created by developing a specific set of sub-activities that are to be completed in the individual project situations in order to accompitsh each standard activity.
The NRC will issue tasks to the contractor at the " Phase" level of the development process for each specific application citing one of the following:
Phase I System Planning Phase II System Requirements phase II:
System Development Phase IV System Implementation Each phase shall result in a major end product containing the results of that particular phase and plans for subsequent phases.
Following each phase, the NRC shall review, for acceptance, all deliverables prior to the issuance of a task for the next phase.
A series of steps exist within each phase.
Each step is a logical part in accomplishing the objectives of the particular phase.
In general, each step consists of a functional group of activities that may be assigned to specific members of a project team.
Some steps primarily involve users, other steps are highly technical in nature, while others require a variety of skills.
A group of standard activities will be included in each step.
These activities provide guidelines and methods to accomplish the step's desired end products without inhibiting the analytical or technical creativity necessary in any successful systems project.
In many cases, activities are broken down further into sub-activities in order to properly assign and control project work.
In such cases, the additional breakdown defines a-tangible end product which can be readily assigned, measured, and evaluated.
This end product orientation also includes an important cumulative documentation concept.
That is, documentation created in any given step is based on the existing level of knowledge and is sufficient to make the decisions required at that point.
In subsequent steps, this same documentation is expanded with sufficient additional detail to accomplish the goals at each point in the overall process.
This orderly approach to documentation not only provides the necessary detail when needed, but also permits temporary in-process terminations to the project staffing
. =..
I PAGE 20
(
R$-ARM-Cj-132 Section C
\\
l without starting over or redoing major efforts.
The approach to phases, steps, activities, and tasks makes it possible to plan, control, and evaluate progress during system planning, development, toplementation and etaluation projects, and improves communication with management and users.
The approach j
allows management to make and monitor incremental commitments and 1
provides the ability to modify interim results.
{
\\
ADP Systems To Be Developed Databases and applicatioiis which may be developed during the life of this contract include, but are not limited to:
Workload Information and Scheduling Program (WISP)
Notice Of Violations Information Tracking System (NOVITS)
Agency Fee Billing System FOIA Tracking Systes l
l l
l l
l 1
(
PAGE 21 j
l RS-A W 89-132 Section C i
Appendix A I
Estimated Full Time Equivilent's by Generic Labor Categories (One FTE Equals 2080 Hours Per Year)
Progranner/
Environment Analyst Analyst Programmer IBM (NIH)
COBOL 2
2 2
RAMIS 1
1 1
0B2 2
2 2
DATA GENERAL COBOL and IDEA 1
2 1
FORTRAN 1
1 IBM PC 1
1 1
IBM 9370 ASandPROFS/REXX 2
Other personnel which may be required to perform work under this contract:
Project Manager Project Administrator Technical Writer / Documentation Specialist Software Admin./ Mark IV Reports Technician Computer Operator (End of Clause) i