SOLICITATION NOTICE
70 -- SAP Product Suite Application Software Maintenance Requirement - SAP Performance Work Statement
- Notice Date
- 10/18/2011
- Notice Type
- Presolicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Philadelphia, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SP4701-12-Q-0011
- Point of Contact
- James T. Smith, Phone: 215.737.2713, William McClenahan, Phone: 215-737-7786
- E-Mail Address
-
James.T.Smith@dla.mil, willian.mcclenahan@dla.mil
(James.T.Smith@dla.mil, willian.mcclenahan@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- SAP Performance Work Statement (SAP) The purpose of the IGC Program is to retire the legacy GTN system while extending backward to legacy GTN customer system enabled by robust data integration services hosted on a modern, commercial off the shelf (COTS) technology based, Net Ready/Net Centric infrastructure. The vision of IGC is to provide supply chain, distribution, and logistics information fusion through common integrated data and services to enable development of cohesive solutions for users across the Department of Defense (DoD). The following objectives are to be accomplished under the subject PWS for SAP Application Software Products deployed in IGC: Provide premier maintenance coverage for all SAP Products deployed within IGC; Provide problem resolution of Business Objects, Crystal Xcelsius, and Knowledge Accelerator application software; Access to and support ofr major and minor software releases to include patches and updates; Coordinate software baseline changes/patches with the IGC PMO and/or DECC System Administrators; Timely response to incidents as notified by the DECC and/or IGC Services Desks; Provide (optional) Professional Services for very complex technical issues; Provide continued maintenance of Business Objects, Crystal Xcelsius, and Knowledge Accelerator for Web Intelligence software for optional periods (if exercised); The contractor shall not violate anhy pre-existing warranties and/or maintenance already in force and secured through the Original Equipment Manufacturer (OEM) or their authorized resellers; Existing user business intelligence reports shall run successfully without modifications or changes; The contractor shall not require application reloading and/or modifications to existing SAP product baselines already deployed within IGC; and, the contract shall continue to support the SAP Product baseline under the Solaris SPARC Operating System. The Performance Work Statement (PWS) included in the solicitation includes the following performance requirements: Software Maintenance, Maintenance Coverage and Response, and the Professional Analytical Services Options. The PWS also includes a listing of Government Furnished Equipment (GFE)/Government Furnished Information in order to identify the SAP Licensed software to be maintained under the subject requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-PB/SP4701-12-Q-0011/listing.html)
- Place of Performance
- Address: With the exception of the Professional Services Option, the contractor is expected to work within their own corporate facilities. All licensing, software, and maintenance updates shall be made readily available to the IGC Program via the World Wide Web and/or overnight Shipping Service. For planning of Professional Services, the contractor shall calculate round trip visit to O'Fallon, IL., United States
- Record
- SN02608732-W 20111020/111018233801-645b37e77cb33b7d16cf1dbf7b17b9e1 (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 |