Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2011 FBO #3633
SOURCES SOUGHT

J -- Request for Information on Capabilities of providing Warranty Repair on Information Technology Equipment

Notice Date
11/3/2011
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
RFI1022FLR4
 
Response Due
11/14/2011
 
Archive Date
1/13/2012
 
Point of Contact
David Gannon, 309-782-0868
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(david.a.gannon.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is issuing this Sources Sought announcement to obtain information from industry on their ability and capability to provide warranty repair and associated logistics support. The Computer Hardware, Enterprise Software and Solutions (CHESS) in coordination with the Army Contracting Command - Rock Island (ACC-RI), is considering a requirement for a single presence concept for warranty repair and associated logistics support for the products purchased under the anticipated Information Technology Enterprise Solutions-3 Hardware (ITES-3H) contract. This support would be provided by a 3rd party independent company and is not currently within the scope of the ITES-3H acquisition. The Government has identified two alternatives, which are outlined in the attached concept document. A brief summary of the ITES-3H requirement is as follows: The Army intends to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) ITES-3H contracts. The ITES-3H contract will have a five year period of performance, with a three year base period, plus two one-year options. The contract will be open to other Agencies (i.e. Navy, Air Force, DoD components, and other Federal agencies) to satisfy their Information Technology requirements (IT) through issuance of individual Delivery Orders. The government intends to make at least eight (8) IDIQ ITES-3H awards. ITES-3H will provide support for the Army's requirement for commercial-off-the-shelf (COTS) hardware, consisting of the purchase or lease of commercial UNIX Based Servers, Non-UNIX based servers, desktops, notebooks, workstations, thin clients, storage systems, networking equipment (including wireless), network printers, desktops, notebooks, workstations, thin clients, product ancillaries (including equipment cabinets, racks and mounts), peripherals (including monitors), network cabling products, video teleconferencing (VTC) products, standalone displays (e.g., plasma screens, HDTVs), scanners, Everything over Internet Protocol (EoIP) products, communication devices, power devices, software provided as part of the end to end solution, warranty variations (extended warranties), and other related services, accessories and options. Contractors will be required to support up to a Top Secret security clearance with Sensitive Compartmented Information (SCI), however most orders will require only a Secret security clearance. The Contractor shall provide commercial warranties to all locations within and Outside the Continental United States (CONUS/OCONUS) for all products delivered. The basic warranty shall be no less in length than the OEM standard commercial warranty or one year, whichever is greater, however, extended warranties may be purchased. On-site warranty support shall be provided for non-portable systems such as servers and desktop computers. On-site or mail-back warranty shall be provided for portable systems such as notebooks. The Contractor shall provide a method for performing warranty service for Remote OCONUS locations. If on-site warranty support is required by a customer, it will be handled as a warranty variation. The Contractor shall bear all transportation/shipping costs and responsibilities of repaired and replaced equipment and software both to and from the customer's site. A copy of the DRAFT Performance Work Statement (PWS) for the ITES-3H requirement can be viewed on FedBizOpps under solicitation number W52P1J-11-R-0171 or by pasting the following link into your Internet browser: https://www.fbo.gov/notices/3363601d24f30e47c9f9b77454db0218 INSTRUCTIONS TO INTERESTED PARTIES: The Government is seeking industry feedback, comments and/or recommendations concerning this concept. In addition, if you feel that your company has the expertise and capability to provide this service the Government is requesting that you provide your companies capabilities. INFORMATION: This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposals and no contractor will be awarded from this announcement. Further, this notice does not obligate the Government to release a Request for Proposal (RFP) or any subsequent action as it relates to the planned ITES-3H. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses/comments to this announcement are due by 12:00 P.M. CST on November 14, 2011. Responses/Comments shall be e-mailed to the following points of contact: Ms. Terry Kraker, terry.c.kraker.civ@mail.mil, 309.782.8570 Mr. David Gannon, david.a.gannon.civ@mail.mil, 309.782.0868
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c56224d95cb7dbf9400fe9ab98140f4)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02617590-W 20111105/111103234244-0c56224d95cb7dbf9400fe9ab98140f4 (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.