Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2002 FBO #0281
SOLICITATION NOTICE

D -- Software Support and Renewal

Notice Date
9/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
DAAD05-02-T-0675
 
Point of Contact
Susan Gorhan, 410-278-0893
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch
(susan.gorhan@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement consititutes the only solicitation; a written soli citation will not be issued. The U.S. Army Robert Morris Acquisition Center intends to solicit and negotiate with only one source, Computer Associates International Incorporated, 2291 Wood Oak Drive, Herndon, VA 20171, under authority of FAR 6.302. This r equirement is for software renewal support/maintenance services which are properitary to Computer Associates International Incorporated. Software: Dispatch, Supplement, CA #141917-002; Access Control Facility, CA# 141925-002; CA-JARS, Supplement, CA #14192 8-001; CA-JARS/CICS, Supplement, CA #285457-002; Ideal, Supplement, CA #219998-001; CA One Supplement, CA #264818-001; Interest, Supplement, CA #291127-001; Optimizer II, Supplement, CA #267444-001; Datacom DB, Supplement, CA #219995-002; Datacom CICS, Sup plement, CA #219995-003; Datacom Datadicionary, Supplement, CA #219996-001; Datacom Dataquery, Supplement, CA #219994-001; Roscoe, Supplement, CA #220002-001; CA-7, CA #296392-001; Endeavor/MVS External Sec. Inc., CA #431524-003; Endeavor/MVS Automated, Su pplement, CA #431524-004; Endeavor 2000 Option, Supplement, CA #431524-006; Endeavor/MVS, Supplement, CA #431524-001; Endeavor/MVS Ext Proc, Supplement, CA #431524-002; Endeavor/MVS Parallel Dev Mgr, Supplement, CA #431524-007; Netspy, CA #442165-002; Sysv iew E, CA #442165-003; Sysview E CICS, CA #442165-004. Contractor shall provide telephone assistance in the operation of the software products, verification of existing errors and malfunctions and the provision of any existing detours, fixes, corrections o r modifications for such errors and malfunctions. In addition, the contractor shall make supply the Government with subsequent product releases, as available, containing modifications to the product that are not charged for separately. The contractor sha ll supply updated documentation from time to time as it becomes available. The contractor shall provide a detour for any material programming error which is directly attributed to the contractor in the then current release of the product, once the Governm ent notifies the contractor of a problem with the product and provides the contractor with information sufficient to identify the problem. Such information may include, but shall not be limited to, error diagnostic messages, diagnostic memory dumps, opera tor console logs, data file dumps, application program listings, and a written explanation of the problem. The contractor shall provide access to a centralized client support database with program temporary fixes and problem information bulletins for all products and shall include direct problem reporting and tracking capabilities, as well as a keyword search f acility to locate resolutions and download the corrections for immediate application. The contractor shall also provide an email facility to directly contact contractor staff, view product information and order tapes and documentation online. The contractor shall be certified and have prior experience in performing software maintenance/support on the software listed above. Period of Performance: Base 01 Oct 01 thru 30 Sep 02 with four option periods. Interested sources may identify their intere st and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within the time specified below will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Informaiton received will normally be considered solely for the purpose of determining whether to conduct a comp etitive procurement. FAR Subpart 13.5, Test Program for Ce rtain Commercial Items applies to this acquisition. The following provisions and clauses apply to this acquisition: Provisions 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Offeror Representations and Certifications--Commercial Items, a c ompleted copy must be provided with offers. Clauses 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, to include the following within th e clause: 52.222-3, Convict Labor; 52.233-3, Protest after Awardl 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.222-21, Prohibition of Segragated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Viewnam Era and Other Eligible Veterans; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.225-13, Restriciton on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.225-16, sanctioned European union Country Services; 52.232-33, P ayment by Electronic Funds Transfer--Central contractor Registration; 52.239-1, Privacy or Security Safeguards. The full text of the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil. responses to this RFQ must be signed, dated, and recieved via mail or fax by 12 September 2002 no later than 4:00 PM EST at the Robert Morris Acquisition Center, AMSSB-ACC-AT (Susan Gorhan), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registere d in the Central Contractor (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-888-227-2423 or by registering online at www.ccr.gov. For questions concerning this quotation contact Susan Gorhan, Contract Spec ialist, at 410-278-0893, fax 410-612-5282.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, APG Contracting Div., Aberdeen Branch ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00160702-W 20020909/020907213142 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.