Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
SOLICITATION NOTICE

70 -- JTF-GTMO Ericsson-Marconi Maintenance Support

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-06-Q-MARC
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
N/A
 
Description
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Description Army Contracting Agency, The Americas has requirement for Ericssons SUPP-S-A and SUPP-S Maintenance Support to Joint Task Force Guantanamo Bay. 1.1. Software Requirements: 1.1.1. Ericssons ForeThought updates and upgrades should be provided for all products covered with this contract. 1.1.2. All ForeThought updates and upgrades should include all minor and major ForeThought releases. 1.2 Technical Assistance: 1.2.1 Various levels of assistance may be necessary. The following identifies the type of service expected (all levels of assistance are required): 1.2.1.1 Level 1 - An existing network is down or there is a critical impact to the customer's business operations. Technical assistance personnel and the customer will commit necessary resources around the clock to resolve the situation (24x7, 24 hours/da y, 7 days/week, fax & email included). 1.2.1.2 Level 2 - Operation of an existing network is severely degraded, or significant aspects of the customer's business operation are being negatively impacted by unacceptable network performance. Technical assistance personnel and the customer will co mmit full-time resources during normal business hours to resolve the situation (24x7, 24 hours/day, 7 days/week, fax & email included).. 1.2.1.3 Level 3 - Operational performance of the network is impaired while most business operations remain functional. Technical assistance personnel and the customer are willing to commit resources during normal business hours to restore service to satis factory levels. 1.2.1.4 Level 4 - Customer requires information or assistance on Ericssons product capabilities, installation, or configuration. There is clearly little or no impact to the customer's business operation. Technical assistance personnel and the customer a re willing to provide resources during normal business hours to provide information or assistance as requested. 1.3 Information Access Requirements: 1.3.1 Online access to resources, including knowledge bases, troubleshooting tools, software upgrades shall be provided. 1.3.2 A hardware and software compatibility matrix should be provided that determines the compatibility between specific products and software releases. Finally, documentation on the TACtics online should be provided to identify, evaluate, categorize, and track defects in the ForeThought software and configuration that have real or potential impact to network operations or planning. 1.3.3 Troubleshooting tools should include a logging tools that will assist the Technical Assistance Center (TAC) engineer diagnose problems and provide technical solutions and/or recommendations. 1.3.4 Online access should make available access to all of Ericssons ForeThought maintenance updates and upgrades (both minor and major releases) for the equipment covered. 2.1 MAINTENANCE OPTIONS: The vendor should provide the advance replacement of hardware, delivery of hardware replacement parts the Next Business Day to requesting site in Miami if the request is received before 3 p.m. local time, and software upgrades vi a web 24 hours a day, 7 days a week, 365 days a year for the specified hardware under SUPP-S-A. All other noted as SUPP-S will receive support, 24x7, System and Software Support Only. 3. EQUIPMENT LISTING: 3.1. Equipment Addition/Deletion: 3.1.1. Equipment List: A complete equipment list available upon request to ACA-TA or may be obtained directly from Ericsson Federal, reference JTFGTMO. 3.2.1. Contract should allow for the addition of equipment as new equipment is procured for JTF-GTMO. 3.2.2. Due to equipment up grades and refurbishes, it is probable that equipment will be removed from the network during the maintenance coverage period. JTF-GTMO should be able to remove equipment no longer in need of maintenance coverage, and a credit applied for the remaining tim e in which the equipment is not covered by maintenance. 3.2.3. Any change increasing in price must be approved in advance by the contracting officer. 4. GENERAL INFORMATION: 4.1. Period of Performance: The period of performance is to be from date of award to 31 August 2007. The option period will be 1 September 2007 to 31 August 2008. 4.2. Place of Performance: The equipment to be covered will be located at the Naval Station Guantanamo Bay Cuba This requirement is unrestricted; NAICS code 541519; Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. Prospective contractors shall be registered in the Central Contractor Regis tration (CCR). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, Effective 04 Aug 2006 & Class Deviation 2005-o0001 and DCN 20060814. This announcement constitutes the only solicitation; qu otes are being requested and a written solicitation will not be issued. Request for Quotation number W912CL-06-Q-CAMS applies and shall be included in the subject line of all responses. Information required from Vendor: (1) priced quote for basic period and option period (2) delivery is FOB JTF-GTMO, Norfolk VA and (3) Representations and Certifications FAR 52.212-3 and DFARS 252.212-7000. All provisions and clauses may be found at http://farsite.hill.af.mil/ The provisions at FAR 52.212-1, Instructions to Offeror Commercial; FAR 52.212-3 and DFARS clause 252.212-7000 apply to this requirement. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FA R 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items and DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition o f Commercial Items. The following clauses are applicable: 52.203-6, 52.219-8, 52.222-19, 52.222-21 52.222-26, 52.222-35 52.222-19, 52.222-21 52.222-26, 52.222-35 52.222-36, 52.222-37 52.222-39, 52.232-36 Payment by Third Party, 52.203-3, 252.225-7001, 252 .225-7012, 252.225-7014, 252.225-7030, 252.227-7015, 252.247-7023, and 252.247-7024. Delivery of parts is to JTF-GTMO, Norfolk VA. Once the product is received in Guantanamo Bay, Cuba, a Receiving Report will be made and payment will be made through Government VISA card. Net terms begin upon arrival on Guantanamo Bay, Cuba. The Government plans to award a single purchase order resulting from this request for quotation. Offers shall be emailed to anne.carroll@samhouston.army.mil no later than 1600 CST, 28 September 2006. Please note: Do not use ZIP files as attachments to em ail. Plain text, RTF and Microsoft Office formats are acceptable. This Combined solicitation/synopsis is available in Word format upon request.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01155960-W 20060929/060927220805 (fbodaily.com)
 
Source
FedBizOpps 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.