Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
MODIFICATION

D -- Microsoft Premier Support Services

Notice Date
2/28/2008
 
Notice Type
Modification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530, UNITED STATES
 
ZIP Code
20530
 
Solicitation Number
DJJV-08-RFQ-0528
 
Response Due
3/12/2008
 
Archive Date
3/27/2008
 
Point of Contact
Benjamin Hansford, Contract Specialist, Phone 202-307-1234, Fax 202-307-1933
 
E-Mail Address
Benjamin.J.Hansford@usdoj.gov
 
Description
AMENDMENT 01: The Government has received three questions regarding this procurement. The questions and the answers are as follows: Q1. Is there an incumbent for this effort? A1. Microsoft Services is the incumbent. Q2. What is the value of the existing contract? A2. The total value of the current contract is $1.3M for a 4 year effort. Vendors should not assume that this reflects the intended cost of the new contract. Q3. How many workstations/servers will be supported by this contract? A3. There are approximately 51,000 JCON users who will be supported by this contract. There are 16 JCON components ranging in size from 80 to 16,000 people. Many components occupy multiple buildings. The DOJ does not track the number of servers used to support these personnel. _________________________________________________________________ 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. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-23. The NAICS code associated with this solicitation is 541512, and the small business size standard is $23M. The DOJ intends to create the following CLINs for this effort. The Government?s evaluation will include evaluation of the proposed Options. The hours shown below are estimates to help with proposal planning only. These may not be the number of hours ultimately needed by the Government. The Government intends to order no more than one (1) ExRAP and ADRAP per year starting in Option Year 1. Base Year Description Qty Unit Price 0001-FFP Help Desk Support 1 LO TOTAL Option Year 1 Description Qty Unit Price 1001-FFP Help Desk Support 1 LO 1002-FFP(Option)ExRAP Support 1 LO 1003-FFP(Option)ADRAP Support 1 LO TOTAL Option Year 2 Description Qty Unit Price 2001-FFP Help Desk Support 1 LO 2002-FFP(Option)ExRAP Support 1 LO 2003-FFP(Option)ADRAP Support 1 LO 2004-LH(Option) Consultant Spt 3000 HR TOTAL Option Year 3 Description Qty Unit Price 3001-FFP Help Desk Support 1 LO 3002-FFP(Option)ExRAP Support 1 LO 3003-FFP(Option)ADRAP Support 1 LO 3004-LH(Option) Consultant Spt 6000 HR TOTAL Option Year 4 Description Qty Unit Price 4001-FFP Help Desk Support 1 LO 4002-FFP(Option)ExRAP Support 1 LO 4003-FFP(Option)ADRAP Support 1 LO 4004-LH(Option) Consultant Spt 6000 HR TOTAL The Department of Justice, Justice Management division has an ongoing requirement for Microsoft (MS) Premier Support Services in support of the Justice Consolidated Office Network (JCON) in the Washington, DC metropolitan area. The services required are more fully detailed in Attachment (1), Statement of Work. Any contractor personnel proposed for this effort may require access to Government systems or buildings. Accordingly, Attachment (2), Security Requirements, details the process required to allow personnel to perform this effort. The base period shall begin 1 April 2008 and run through 31 March 2009. Each of the four Options may extend the period of performance by 12 months. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. No addenda are included with this provision. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria included in this clause, listed from most important to least important, are: Technical Capabilities, Past Performance, and Price. The relative importance of all the other evaluation factors, when combined, is significantly higher than Price. Attachment (3) describes the source selection process the Government will utilize. Evaluation of Technical Capabilities shall be based on the information provided in the quotation. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or other information provided by DOJ and its affiliates. Offerors shall provide three (3) references to which the same or similar services have been sold within the last five (5) years. The references shall include, at a minimum, the name of the reference contact person; the company or organization; the telephone number and e-mail address of the contact person; the contract number; the amount of the contract; the name, telephone number and e-mail address of the Contracting Officer, if applicable; and the dates of the services. Past Performance shall be evaluated to determine the overall quality of the services provided. Offerors with no relevant Past Performance data shall be evaluated neither favorably nor unfavorably. The Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the Firm Fixed Price CLINs in this acquisition. No addenda are included with this provision. The clause at 52.212-4 Alt I, Contract Terms and Conditions-Commercial Items, Alternate I applies to the Labor Hours CLINs in this acquisition. No addenda are included with this provision. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.239-1, Privacy or Security Safeguards. The following additional FAR clauses are included in this synopsis/solicitation: 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition; 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract. Attachment (4), included in accordance with FAR 5.102(a)(6), is the justification for limited this competition to the Microsoft brand name. The four (4) Attachments could not be included in FedBizOpps. Any interested vendors should contact Ben Hansford via the e-mail address below to receive the Attachments. Please send all inquiries by e-mail; the Contracting Officer will neither accept nor return phone calls regarding this combined synopsis/solicitation. If Offerors have any questions, they may contact Ben Hansford at Benjamin.J.Hansford@usdoj.gov. Questions regarding this acquisition will be answered through an amendment to the synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOJ/JMD/PSS/DJJV-08-RFQ-0528/listing.html)
 
Place of Performance
Address: TBD
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01520259-F 20080301/080228232059 (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.