Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

D -- Software Maintenance and Technical Support for Z-Frame Emulation System

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3QCCL7226A006
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Description
SOLICITATION No. F3QCCL7226A006 CONTRACTING OFFICE: 78 CONS/PKA 375 PERRY STREET, ROBINS AFB, GA 31098-1611 POINT OF CONTACT: ANDREW L MILLER. (478) 222-1484 or fax at (478) 926-3590 e-mail at andrew.miller@robins.af.mil THE GOVERNMENT INTENDS TO AWARD A SOLE SOURCE ACQUISITION TO: CORNERSTONE SYSTEMS INC., 420 EXCHANGE, STE 150 IRVINE, CA 92602 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS SOLICITATION DOCUMENT AND INCORPORATED PROVISION AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-18 AND CLASS DEVIATION 2005-00001, DEFENSE ACQUISITION CIRCULAR (DAC) 91-13 CORRECTION AND AIR FORCE ACQUISITION CIRCULAR (AFAC) 2007-0531. THE SOLICITATION WILL BE ISSUED ON FEDBIZOPPS AND CAN BE FOUND AT THE FOLLOWING WEB SITE: HTTP://WWW.FBO.GOV/. SOLICITATION# : F3QCCL7226A006 is issued as a Request for Quote using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. Offerors shall provide quotes for all items or services listed - multiple awards under this solicitation are not authorized. This acquisition is issued as unrestricted. The North American Industry Classification System (NAICS) code is 541519 with a small business size standard of 150 employees. QUOTES ARE DUE NOT LATER THAN 18 SEP 2007 @ 2:00 P.M. EST. All qualified sources interested in this requirement should submit quotes to the above point of contact. LINE ITEM DESCRIPTION: CLIN 0001, Contractor to provide software and hardware maintenance services in accordance with the attached statement of work. PERIOD OF PERFORMANCE: Provide services for one year from date of contract award. FOB: Destination TYPE OF CONTRACT AWARD: Firm Fixed Price The following clauses are applicable. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): //farsite.hill.af.mil/ 1. 52.212-1, Instructions to Offerors-Commercial Items. 2. 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Price Related Factors, Delivery 3. 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov 4. 52.212-4, Contract Terms and Conditions-Commercial Items. 5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following checked clauses apply: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated 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 Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act?Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; 52.222-41, Service Contract Act of 1965 6. 52.228-5, Insurance -- Work on a Government Installation 7. 52.233-4, Applicable Law for Breach of Contract Claim. 8. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 9. 252.204-7004, Required Central Contractor Registration. All respondent offerors must be registered in www.ccr.gov in order to be eligible for contract award. 10. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 11. 52.222-42, Statement of Equivalent Rates for Federal Hires ? GS-2200-12 / 30.39hr 12. 52.219-28, Post-Award Small Business Program Rerepresentation 13. 52.222-48, Exemption from Application of Service Contract Act Provisions (submit in full text with quote) WAGE DETERMINATION NO: 05-2139 REV (03) AREA: GA,MACON Applicable Numbered Notes: 22 STATEMENT OF WORK HARDWARE & SOFTWARE MAINTENANCE Z-FRAME EMULATION SYSTEM 12 SEP 2007 1.0 DESCRIPTION OF SERVICES. This Performance Based Work Statement (PWS) describes contractor services for hardware and software maintenance on a Z-Frame IBM emulation system, used by the 577 Software Maintenance Squadron (577 SMXS). 1.1 BACKGROUND. The 577 SMXS performs software updates on the F-15/F-18/AC-130U Radar Systems. In order to update the F-15/F-18/AC-130U Radar software, the source code must be hosted and built on an IBM mainframe computer or an emulation of an IBM mainframe computer. 1.2 MAINTENANCE SERVICE REQUIRED. There are four areas of the Z-Frame system that require maintenance coverage. Those areas are detailed below. 1.2.1 FLEX-ES software maintenance and vendor technical support. The contractor shall provide one year of unlimited software maintenance and technical support for the Z-Frame System ML10 (Model zF8 ? Flex-ES software version 6) for a period of one year from date of contract. The contractor shall provide unlimited remote systems support during the period of Monday through Friday, 9:00 am to 5:00 pm (Eastern Time Zone) for the Z-Frame system, including first and second level support for Flex-ES related problems. First level support is defined as problem identification, whereas second level support is defined as problem determination. The contractor shall also provide product defect support for IBM operating systems and subsystems if the problem is determined to be Flex-ES related. 1.2.2 Fundamental Software, Inc. (FSI) hardware maintenance. The contractor shall provide one year of hardware support for the Single Parallel Channel (Part Number MH130) hardware installed by FSI. The contractor shall respond to a service call within 4 hours of notification (calls made Monday through Friday, 9:00am to 5:00pm). Service shall be rendered during the period Monday through Friday between the hours of 9:00am to 5:00pm. Service calls shall be completed and the system shall be restored to working order within 40 hours of initial service call. 1.2.3 IBM hardware warranty renewal. The contractor shall provide one year of onsite support for IBM xSeries server hardware. The contractor shall be available 24 hours a day, seven days a week and shall respond to request for support within 4 hours of notification. The system shall be restored to working order within 40 hours of initial service call. 1.2.4 Comco maintenance renewal. The contractor shall provide one year of maintenance coverage for the Xcerta 36A tape drive that is used with the Z-Frame system. The contractor shall respond to a service call within 4 hours of notification (calls made Monday through Friday, 9:00am to 5:00pm). Service shall be rendered during the period Monday through Friday between the hours of 9:00am to 5:00pm. Service calls shall be completed and the system shall be restored to working order within 40 hours of initial service call. 2.0 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. The government will provide to the contractor the equipment to be serviced, required system time with ready access, adequate working space and power outlets for use by contractor service personnel. 3.0 GENERAL INFORMATION. 3.1 QUALIFICATIONS REQUIREMENTS . Contractor shall provide qualified personnel for the equipment requiring repair or update. 3.2 SECURITY & PRIVACY: Access to classified information is not required in the performance of this contract. 3.3 HOURS OF OPERATION. Service (scheduled and nonscheduled) shall be performed by the contractor as specified in the service agreement. 3.4 CONTRACTOR ACCESS. Contractor access to government installation, facilities, and equipment will be coordinated though the government POC listed in the contract schedule. 3.5 CUSTOMER SERVICE REPORT. At the conclusion of a service call, the contractor shall provide a customer service report to the POC. This report shall be signed by the contractor personnel performing the work and by the government POC. The contractor shall indicate in the report the service call date and time of notification, of response, and of resolution. The contractor shall also indicate in the report the problem, the resolution, number of labor hours, and parts repaired or replaced. Contractor shall maintain a log/file of all delivered reports. 3.6 QUALITY CONTROL. The contractor is responsible for performing self inspections to ensure the services furnished under this contract/order conform to all contractual requirements. All software and equipment services provided under this statement of work shall be performed in accordance with applicable OEM specifications.
 
Place of Performance
Address: Robins AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01404110-W 20070914/070913073717 (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.