Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
MODIFICATION

D -- Microsoft Premier Support

Notice Date
3/24/2003
 
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-5TC5703C209
 
Response Due
4/8/2003
 
Archive Date
4/23/2003
 
Point of Contact
Mara Shultz, Contracting Officer, Phone (618) 398-4929, Fax (618) 398-4931,
 
E-Mail Address
mara.shultz@gsa.gov
 
Description
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 5TC5703C209. This solicitation is a Request for Quotation (RFQ). The RFQ document and incorporated provisions and clauses are those in effect through FAC 2001-12. 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 access to the Alliance Support Team in support of the Air Force Communications Agency (AFCA) located at Scott AFB, IL. Account Management and Proactive Technical Services shall include a Technical Account Manager?s (TAM) time for proactive, technical consulting and account management services (up to 200 hours); Windows ASP?s for Alliance Support Professional for proactive, technical consulting and incident resolution (up to 100 hours); SMS ASP?s for Alliance Support Professional for proactive, technical consulting and incident resolution (up to 200 hours); Microsoft Office ASP, technical consulting and incident resolution (up to 100 hours). The TAM/ASP hours include but are not limited to 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 6 Support Incidents, Hot Fixes, Critical Problem Alerts, Multivendor Coordination and Flexible credits. Technical Information Services includes NewsFlashes, Expert Roundtable Participation Unlimited-user Service Desk license and Microsoft TechNet Plus Subscription, Microsoft Developer Network Subscription, Flex Credit (up to 100 hours). Alliance Support Team includes support for SMS, Windows 2000 and Exchange. The Government may have a requirement to purchase additional Flex Credits, TAM Hours and Support Incidents to be applied to any Premier/Alliance Service. Additional flex credits shall be priced in 100 hour increments and will be funded on an ?as required? basis. To clarify the requirement, the end user requires Microsoft Premier Support services to respond to questions that are beyond the end user?s knowledge and abilities. Theoretically, the magnitude of the network to be supported is the entire United States Air Force enterprise network. Historically, the issues requiring support may range from problems found at the base level (a metropolitan area network of about 10,000 users) that typically apply to most Air Force bases; may be problems related to compatibility issues identified after installation of the latest Microsoft operating system patch or between a third party vendor's product and a Microsoft product which may require the contractor to work with the end user troubleshooting the problem until resolved. The ?fix? may range from a configuration change on the computer having the problem to Microsoft developing a patch for the product to make it compatible with the third party product. The contractor needs to be able to consult with the end user on network architecture/configuration/security issues such as patch management and how to roll-out products that the Air Force needs to manage the architecture/configuration/security of its network. Monthly invoices/reports shall include the monthly and cumulative hours used in each support area via email to the client and electronically through ITSS to the GSA ITR. This requirement is for a firm fixed price contract. Delivery of all services for the base period, 15 April 2003 through 14 April 2004, and four successive one year option periods. The actual base period may be adjusted at contract award. Acceptance of all services shall be by the ITR, in coordination with the Government program manager at AFCA, Scott AFB, IL, 62225. Award will be based on best value evaluation using criteria in the following order of importance: technical approach, staffing plan, past performance, and price. Technical evaluation factors are more important than price. The Government intends to evaluate proposals and make award without discussions. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212.3. Technical proposal must demonstrate: 1. Knowledge and understanding of the Air Force Communications Agency (AFCA) requirements included in this notice. a. Detailed technical expertise of Microsoft server and client Operating Systems and applications, to include: Windows 2000 with Active Directory; Windows XP; Windows NT; Internet Information Server; Microsoft SQL Server; Microsoft Office; Microsoft System Management Server. b. Technical expertise in security issues associated with the above products and networks in general. c. Rapid response capability available 24/7 to support engineers in answering technical questions about the above products and patches to those products regarding sustainment and configuration management. d. Beta versions of patches made available to AFCA for assessment prior to official announcement of patch. e. Avenue available to update Microsoft on any problems or issues associated with their products. 2. Overview of methodology guiding performance of the technical requirements identified in this notice, and a general description of how your technical approach will be applied to accomplishing the requirements. Staffing Plan must: 1. Demonstrate personnel provided have specific knowledge of Microsoft infrastructure, engineering, and technical background to address the following: a. Experience working in DoD level systems and working with AF personnel. b. Experience, formal and informal training, in installing, configuring, and troubleshooting Microsoft Windows network operating systems. 2. Identify key personnel assigned to the project, certify that the information on key personnel submitted is true and complete and the individuals named are available for assignment the date the task order is effective. Individuals designated as key personnel will be committed to the project for its duration and cannot be substituted or replaced without the written agreement of the CO. Certify that key personnel assigned to the project are United States citizens. Past Performance must: 1. Demonstrate a satisfactory level of performance for similar task complexity in the past year for three clients. 2. Provide contracting and technical points of contact telephone numbers, e-mail address and physical location, and a brief title with task description. The price proposal must identify a firm fixed price for the basic service and optional flex credit for the base year and each successive option period. Option year pricing 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. Services are non-severable. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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. Numbered Notes. Not applicable. Offers are due (original only or original + 2 copies OR one electronic copy via e-mail) no later than 8 April 2003, 3:00 pm local CST 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: US
 
Record
SN00286469-W 20030326/030324213750 (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.