Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2008 FBO #2264
MODIFICATION

D -- FileNet Software Maintenance

Notice Date
1/10/2008
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Pension Benefit Guaranty Corporation, Chief Management Officer, Procurement Department, Suite 1090, 1200 K Street, N.W., Washington, DC, 20005-4026, UNITED STATES
 
ZIP Code
20005-4026
 
Solicitation Number
Reference-Number-RQ-35-08-000050
 
Response Due
1/15/2008
 
Point of Contact
Stephanie Girard, Contract Specialist, Phone 202-326-4000 x3324, Fax 202-326-4162
 
E-Mail Address
Girard.Stephanie@pbgc.gov
 
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; quotations are being requested and a written solicitation will not be issued. This synopsis will serve as the Request for Quotations which seeks written proposals for the type of maintenance outlined herein. The PBGC anticipates awarding an Indefinite Delivery/Indefinite Quantity contract with firm fixed rates. The contractor shall provide telephone support and software upgrades for the period of February 1, 2008 through January 31, 2009. The Government may continue this service by exercising up to four one-year option periods. 1. Background Image Processing System (IPS) is a document imaging and management system built on the IBM FileNet Image Services (IS) and Business Process Manager (BPM) platforms. It serves the PBGC headquarters, the Document Management Center, and ten Field Benefit Administration (FBA) offices. The IPS consists of a suite of locally developed applications based upon IBM FileNet software and enables the PBGC users to scan, index, and commit documents to the IPS repository and to retrieve them as necessary to support various business processes PBGC owns a variety of IBM FileNet software licenses and requires annual maintenance for those licenses by FileNet certified (product and technical) technicians 2. Scope Software Maintenance support for PBGC-owned IBM FileNet software licenses including: ? The contractor shall provide all client/server software updates and upgrades plus the most recent enhancements or versions available; providing all major, minor and maintenance releases as they become available. The contractor shall provide remote technical support to PBGC for upgrading to a new release during normal support hours coverage. The contractor shall provide electronic support to include access to contractor FTP server for file transfers and downloading of common fix files. The software to be maintained is installed at Washington DC and other field locations. New releases of software will be distributed from the Washington DC location. ? Unlimited real-time phone support from FileNet certified support staff ? Unlimited case logging by phone or Web with call management system tracking ? Focused problem resolution from support contacts with FileNet training ? On-site or off-site support of upgrade tasks, including planning, design and execution assistance. ? Unlimited access to FileNet Support on-line resources, including knowledge base and technical documentation. ? Emergency on-site support. ? Remote Administration for Multi-System Synchronization (MSS) including: o Daily monitoring of MSS transaction logs o Monitoring and resolution of any MSS error packet handling o Overseeing the transfer of production work to and from the backup system in the event of a primary system failure o Performance and validation of MSS role-reversal testing o Assuring that the MSS foundation is kept up to date o Monitoring and resolution of any MSS related integrity issues. o Re-synchronization of internal databases if required o Single point of contact for all MSS issue reporting & tracking 3. Requirements ? Vendor is IBM FileNet or an IBM FileNet Certified ValueNet Partner ? Support Center Practices (SCP) and Professional Services Practices (PSP) certified. ? Software upgrades delivered on CD or available for download ? Ability to add and remove maintenance for licenses and have the costs prorated to coincide with period of performance of the contract; new licenses are added and invoiced along with the existing licenses. ? Payments invoiced quarterly in arrears. ? On-site technical consultant support (travel and lodging cost should be included in the fix-priced). ? Problem escalation process for fast and effective problem resolution ? Single point of contact for remote technical assistance. ? 10 x 5 coverage from 08:00 to 18:00, customer Eastern Standard Time, Monday through Friday ? 24 x 7 coverage for Priority 1 cases ? Two (2) hour response time for Priority 1 service calls, four hours for Priority 2, and 8 hour for Priority 3 service calls. Priority 1 service calls are those that are required when the system is totally down. Priority 2 service calls are those that are required when the outage affects production or is slowing processing. Priority 3 service calls are those that are required when the outage or software malfunction does not have a direct impact on production processing. Response is defined as initial telephone contact back to the caller, remote dial-in or arrival on-site. 4. IBM FileNet Licenses under Maintenance for PBGC E039QLL IBM FILENET BUS PROCESS MANAGER NAMED USER (QTY 250) E03A6LL IBM FILENET CAPTURE TOOLKIT DEVICE (QTY 3) E03B3LL IBM FILENET BUSINESS PROCESS MANAGER CON USER (QTY 50) E03DKLL IBM FILENET CAPTURE PROF-LOW VOL DEVICE (QTY 25) E03DLLL IBM FILENET CAPTURE PROF-MED VOL DEVICE (QTY 16) E03DZLL IBM FILENET CAPTURE-DOC PROCESSING DEVICE (QTY 1) E03G8LL IBM FILENET IS CONN TO MSAR 1TB (QTY 16) E03IWLL IBM FILENET IDM NAMED USER (QTY 253) E03IZLL IBM FILENET IDM CONC USER (QTY 132) E03K6LL IBM FILENET IMAGE SVCS NAMED USER (QTY 182) E03KNLL IBM FILENET IMAGE SVCS TOOLKIT DEVICE (QTY 4) E03KQLL IBM FILENET IMAGE SVCS INTERSYS COMM SERVER (QTY 2) E03KVLL IBM FILENET ISRA PROF ED SERVER (QTY 3) E03L4LL IBM FILENET IS WEB SVCS/IDM TOOLKIT DEVICE (QTY 3) E03LULL IBM FILENET P8 BASE - P8 PLATFORM SERVER (QTY 2) E03LYLL IBM FILENET P8 BASE - P8 PLATFORM NON-PROD SVR (QTY 2) E03M3LL IBM FILENET P8 BASE - P8 TOOLKIT DEVICE (QTY 2) E03MBLL IBM FILENET PRINT PRINTER (QTY 3) E03P7LL IBM FILENET P8 BASE - PROFESSIONAL SVR PKG (QTY 1) E03PELL IBM FILENET P8 BASE - DEVELOPMENT SVR PKG (QTY 2) E03PVLL IBM FILENET WEB SVCS SERVER (QTY 3) E03XMLL IBM FILENET IMAGE SVCS CONC USER (QTY 58) E043CLL IBM FILENET INTEGRATED DOC MGT-PROFESSIONAL SVR (QTY 2) E043DLL IBM FILENET INTEGRATED DOC MGT-WORKGROUP SVR (QTY 2) MULTI SYSTEM SYNCHRONIZATION (MSS) (QTY 1) The list is subject to frequent revision as new products become available and older items are replaced. Rates for new items not existing on the contract shall be subject to negotiation. This action is not set aside and all sources may submit a quotation for consideration by the agency. The NAICS Code applicable to this requirement is 811212 and the dollar threshold is $23M. This synopsis incorporates provisions/clauses that are in effect through Federal Acquisition Circular 05-22. This acquisition will be processed using the Simplified Acquisition Procedures. Proposals will be evaluated on two factors Past Performance and Cost. The two technical evaluation factors will be weighed equally. For Past Performance - The quoter must provide evidence of past performance in accomplishing work in the last three years the same as, or substantially similar to, that required by the solicitation, including quality of products and services, cost control, timeliness of performance, business relations, and customer satisfaction. The quoter shall provide references, including names and current telephone numbers of contact persons, to substantiate past performance. Include the dollar amount and length of contract for each contract referenced. The quoter shall describe its capabilities, and those of its major subcontractors and/or joint venture partners, if any, to perform this work. Information on the quoter's size, experience, and resources available to enable the quoter to fulfill the requirements shall be provided. It shall include information on corporate facilities and equipment currently available for use. When discussing previous Government and/or private sector projects similar to that proposed, provide sufficient detail to convince evaluators of the relevance of the skills and objectives involved. Note: Where a quoter is new to the marketplace and thus possesses no prior organization past performance, the quoter will not be evaluated favorably or unfavorably. Proposals received in response to this notice will be considered for award to the responsible quoter submitting past performance and the lowest overall cost to the Government. Quoters may be requested to demonstrate their capability to provide the required support. Questions relating to this notice shall be sent via e-mail to Stephanie Girard at girard.stephanie@pbgc.gov. Answers will be provided via this Federal Business Opportunities website. The following provisions/clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Commercial Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.216-22, Indefinite Quantity; 52.217-9, Option to Extend the Term of the Contract (The first blank should read 30 days, second blank should read 60 days, and third blank should read 5 years.); 52.217-8 Option to Extend Services; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub L. 103-355, section 7102, and 10 U.S.C. 2323)(the adjustment factor is 10%; if the offeror elects to waive the adjustment, it shall so indicate in its offer.); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) ; 52.222-26, Equal Opportunity (E.O. 11246).; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793).; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212).; 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.225-16, Sanctioned European Union Country Services (E.O. 12489); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332).; 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). Copies of the above provision/clauses are available at www.arnet.gov. A completed copy of provision 52.212-3 and firm rates shall be submitted with the quotation. Quotations will be accepted until 2:00pm, Eastern Standard Time, January 10, 2008. Facsimile offers will be accepted at (202) 326-4162. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/PBGC/CMO/PD/Reference-Number-RQ-35-08-000050/listing.html)
 
Place of Performance
Address: 1200 K Street, NW Washington, DC
Zip Code: 20005-4026
Country: UNITED STATES
 
Record
SN01500920-F 20080207/080205225643 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.