Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2002 FBO #0319
MODIFICATION

D -- Microsoft Premier Support Services

Notice Date
10/15/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (5TF), 10850 Lincoln Trail, Fairview Heights, IL, 62208
 
ZIP Code
62208
 
Solicitation Number
Reference-Number-5TS5703C009
 
Response Due
10/16/2002
 
Archive Date
10/30/2002
 
Point of Contact
Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931,
 
E-Mail Address
mara.shultz@gsa.gov
 
Description
Modification is issued to extend the closing date for this notice. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Reference Task ID 5TC5703C009. This solicitation is a Request for Quotation (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-09. This RFQ is issued under Full and Open Competition and is unrestricted. NAICS Code 541512, Information Management Computer Systems Integration Design Services applies. Size Standard $21M. The requirement is to procure Microsoft Premier Support, to include Account Management and Proactive Technical Services, Technical Support, Technical Information Services, and Alliance Support Team. Account Management and Proactive Technical Services includes a Technical Account Manager?s time for proactive, technical consulting and account management services, (Support Consulting, Supportability Reviews, Remote Diagnosis and Debug, Multivendor Coordination), Orientation and Planning Sessions, Escalation Management, Service Delivery Plan, Support Usage Reports, Monthly Status Meetings, and TAM onsite visits. Technical Support includes up to 50 Support Incidents, Hot Fixes, Critical Problem Alerts, Multivendor Coordination and Flexible Credits. Technical Information Services includes NewsFlashes, Expert Roundtable Participation, Unlimited-user ServiceDesk license and Microsoft TechNet Plus Subscription. Alliance Support Team includes support for SMS, Windows 2000 and Exchange. The Government may have a requirement to purchase additional Flex Credit, TAM Hours and Support Incidents to be applied to any Premier/Alliance Service. This requirement is for a firm fixed price contract. Delivery of all services for the base period, 01 November 2002 through 30 September 2003, and four successive one year option periods. Delivery and acceptance of all services shall be by the government program manager at 868th CS/SCY, Scott AFB, IL 62225. Award shall be made based on best value evaluation using criteria based on the following criteria in order of importance: technical approach, past performance, and cost. Technical and past performance, when combined, are significantly more important than cost. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3. Technical proposal must address the following: Technical Approach must demonstrate knowledge and understanding of Network Operations Support Center (NOSC); methodology and analytical techniques, to include logical sequence of tasks to accomplish requirements; and access to Microsoft application expertise. Past Performance must demonstrate a satisfactory level of performance for similar task complexity in the past year for three clients; provide contracting and technical points of contact telephone numbers, e-mail address and physical location, an a brief title with task description. Cost must identify a firm fixed price for the base year and option periods, separating base service and provide cost for purchase of additional flex credits, TAM hours and support incidents to be applied to any Premier/Alliance service. Options will be included in the evaluation process. The requirement is for a Commercial-off-the-Shelf (COTS) product support services. Products and services shall be Section 508 Compliant. Execution of the basic requirement and additional support is contingent upon fund availability. Execution of option periods is contingent upon fund availability, continuing requirement and past performance. FAR 52.212-1 applies to this acquisition. FAR 52.212-2 shall not apply to this acquisition. Proposals shall include a completed copy of the provisions at FAR 52.212-3. FAR 52.212-4 applies to this acquisition. FAR 52.212-5 applies to this acquisition -- 52.212-5(b): The following additional FAR clauses apply to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52,222-19, 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52.222-37, 52.225-1, 52.225-13, 52.239-1, 52.232-33, 52.222-41, and 52.222-42. Additional requirements. None. DPAS. Not applicable. CDB Numbered Notes. Not applicable. Offers are due (original only or original + 2 copies OR one electronic copy via e-mail) no later than 15 October 2002, 3:00 pm local to GSA/FTS (5T), Diana Valdez, 10850 Lincoln Trail, Fairview Heights, IL 62208. Contact Diana Valdez, 618.398.4927 (phone), 618.398.4931 (fax), or e-mail ?Diana.Valdez@gsa.gov? for information regarding this notice or requirement.
 
Place of Performance
Address: Scott AFB, IL
Zip Code: 62225
Country: USA
 
Record
SN00188397-W 20021017/021015213436 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.