SOLICITATION NOTICE
D -- Microsoft Premier Services
- Notice Date
- 6/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
- ZIP Code
- 20548
- Solicitation Number
- OAM-2003-N-0026
- Response Due
- 7/29/2003
- Point of Contact
- Pearline Danner, Contract Specialist, Phone 202-512-3552, Fax 202-512-3999 or 2879, - Karen Gantt, Contracting Officer, Phone 202-512-2709, Fax 202-512-3999 or 2879,
- E-Mail Address
-
Dannerp@gao.gov, GANTTK@GAO.GOV
- Description
- POC: Pearline Danner, U.S. General Accounting Office, Acquisition Management, Room 6B46, U.S. General Accounting Office, 441 G. St. NW, Washington, D.C. 20548. Telephone: 202-512-3099, FAX 202-512-3999. Email to all addresses: dannerp@gao.gov , ganttk@gao.gov, and halld@gao.gov. Proposals due NLT 11:00 AM July 29, 2003. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is a Request for Proposals (RFP) identified as OAM-2003-N-0026. This solicitation is not set aside for small businesses only; it is unrestricted with respect to size status of companies. This combined synopsis/solicitation is organized in four parts: 1) Requirements; 2) Applicability of FAR Provisions; 3) Format of Proposals; and 4) Evaluation Criteria. 1. REQUIREMENTS: The U.S. General Accounting Office (GAO) has a requirement for an annual subscription to Microsoft Corporation's Premier Support Services. The Premier Support Services program is designed to provide enterprise customers with high-level technical services, support, and account management. GAO intends to issue a multi-year contract to include one base year and up to four option years. Specific items to be acquired are as follows: a)TAM Services: This includes up to 200 hours of a TAM's time (Technical Account Manager) for proactive, technical consulting and account management services; b) Technical Support: 35 Support Incidents, including Hot Fixes, Critical Problem Alerts, Multi-vendor Coordination, Monthly Status Meetings; and c) Technical Information Services: This includes NewsFlashes, Expert Roundtable Participation Unlimited-user ServiceDesk license (an unlimited number of users may access the World Wide Web site exclusive to Premier customers. Two account numbers are issued—one for access to information only, and the second to submit online service requests.), One Microsoft TechNet Plus Subscription (single server), One MSDN Subscription, and five named contacts. 2. APPLICABILITY OF FAR PROVISIONS: the following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offerors - Commercial Items. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions. 3. FORMAT OF PROPOSALS: all proposals are to be received no later than 11:00 AM Tuesday, July 29, 2003. Proposals shall be submitted via Email, FAX, or FEDEX, due to delays associated with security inspections of U.S. Mail and private courier packages sent to government facilities. Proposals should clearly: 1) state the name, address, and telephone number of the offeror; 2) provide, as stated in Section 2 above, Representations and Certifications at FAR 52.212-3; 3) include any product brochures or service descriptions detailing the services being proposed; and 4) provide pricing for base and option years. The proposal must be signed by an official authorized to bind the offeror. Offerors that fail to furnish required representation and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Offerors are advised that pricing should be provided for the base year October 1, 2003 through September 30, 2004, and each of four subsequent option years, the fourth year ending September 30, 2008. Pricing should be summarized by year. Yearly summary figures should also be broken out according to the three major components identified under Requirements in Section 1 above (that is, TAM Services, Technical Support, and Technical Information Services). Ceiling prices may be used. That is, if the exact cost of the base or option year is not known at the time of the proposal being submitted, the offeror may include a ceiling price which would represent the uppermost cost to the government for that particular year, and not necessarily represent the actual cost, which could be lower. If ceiling prices are submitted, they will be used for evaluation purposes. 4. EVALUATION CRITERIA: This is not a best value procurement. This procurement is being conducted in accordance with FAR Parts 12 and 13. GAO intends to make an award to the responsible offeror who proposes the lowest total overall price for the base and option years. The government will determine lowest price by adding the cost of the base and each of the four option years for a total amount.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GAO/GAOAM/GAOAM1/OAM-2003-N-0026/listing.html)
- Place of Performance
- Address: 441 G Street, NW Washington, DC
- Zip Code: 20548
- Country: USA
- Zip Code: 20548
- Record
- SN00356269-F 20030626/030624221944 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |