Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2005 FBO #1224
SOLICITATION NOTICE

J -- Maintenance support for hardware and software apllications

Notice Date
4/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-05-Q-2026
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Description
The Fleet and Industrial Supply Center (FISC) Norfolk Detachment Philadelphia intends to solicit on an other than full and open competition basis, for a hardware and software on-call maintenance service in support of the Naval Criminal Investigative Headquarters. Request for Quote N00140-05 ?Q-2026 contemplates a Firm Fixed Price type contract for a base year of one year, with four one-year options. The base year is 01 Oct. 2005 to 30 September 2006. 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; a proposal is being requested and a written solicitation will not be issued. The procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1. The Government intends to solicit and negotiate with Ex-Cel Solutions Incorporation since they are the only source with the capability of satisfying the government?s requirements. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within fifteen days after the date of publication of this synopsis. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on the responses received is solely within the discretion of the Government. The Government will not pay for information received. The NAICS code is 514511 and the business size standard is $21 million. Numbered note 22. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-03. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The Contract Line Items (CLINS) are as follows: Base Period, Lot I (CLIN 0001): CLIN 0001 is hardware and software on-call maintenance service for NCIS Network (NCISNET) ?Communications Front End? (CPE) System: Hardware- Bull Escala Model R604 Unix Processing Systems- System Numbers UPS126 and UPS127; Operating System-Unix OS-AIX Version 4.1.5; Applications-CPI INC. ?Openfox? Version 2.0 Law Enforcement Message Switching System Applications. Maintenance and Service agreement covers the following hardware and software listings: OpenFox Message Software (1 each), Escala Rack System (2 each), Redundant power Supply (1 Each), Artic Coprocessor/Interface cards (6 each), 9 track Magnetic Tape unit (2 each), 8 MM VDAT Internal Tape (2 each), External Disk Subsystem (4 each), HP LaserJet 24 ppm printer ( 2 each), HPLaserJet 2,000 sheet feeder, (2 each) and the AIX & C high End Server Software (2 each) in accordance with the statement of work. Option I, Lot II (CLIN 0002): CLIN 0002 is hardware and software on-call maintenance service for NCIS Network (NCISNET) ?Communications Front End? (CPE) System: Hardware- Bull Escala Model R604 Unix Processing Systems- System Numbers UPS126 and UPS127; Operating System-Unix OS-AIX Version 4.1.5; Applications-CPI INC. ?Openfox? Version 2.0 Law Enforcement Message Switching System Applications. Maintenance and Service agreement covers the following hardware and software listings: OpenFox Message Software (1 each), Escala Rack System (2 each), Redundant power Supply (1 Each), Artic Coprocessor/Interface cards (6 each), 9 track Magnetic Tape unit (2 each), 8 MM VDAT Internal Tape ( 2 each), External Disk Subsystem (4 each), HP LaserJet 24 ppm printer ( 2 each), HPLaserJet 2,000 sheet feeder, (2 each) and the AIX & C high End Server Software (2 each) in accordance with the statement of work. Option II, Lot III (CLIN 0003): CLIN 0003 is hardware and software on-call maintenance service for NCIS Network (NCISNET) ?Communications Front End? (CPE) System: Hardware- Bull Escala Model R604 Unix Processing Systems- System Numbers UPS126 and UPS127; Operating System-Unix OS-AIX Version 4.1.5; Applications-CPI INC. ?Openfox? Version 2.0 Law Enforcement Message Switching System Applications. Maintenance and Service agreement covers the following hardware and software listings: OpenFox Message Software (1 each), Escala Rack System (2 each), Redundant power Supply (1 Each), Artic Coprocessor/Interface cards (6 each), 9 track Magnetic Tape unit (2 each), 8 MM VDAT Internal Tape (2 each), External Disk Subsystem (4 each), HP LaserJet 24 ppm printer ( 2 each), HPLaserJet 2,000 sheet feeder, (2 each) and the AIX & C high End Server Software (2 each) in accordance with the statement of work. Option III, Lot IV (CLIN 0004): CLIN 0004 is hardware and software on-call maintenance service for NCIS Network (NCISNET) ?Communications Front End? (CPE) System: Hardware- Bull Escala Model R604 Unix Processing Systems- System Numbers UPS126 and UPS127; Operating System-Unix OS-AIX Version 4.1.5; Applications-CPI INC. ?Openfox? Version 2.0 Law Enforcement Message Switching System Applications. Maintenance and Service agreement covers the following hardware and software listings: OpenFox Message Software (1 each), Escala Rack System (2 each), Redundant power Supply (1 Each), Artic Coprocessor/Interface cards (6 each), 9 track Magnetic Tape unit (2 each), 8 MM VDAT Internal Tape (2 each), External Disk Subsystem (4 each), HP LaserJet 24 ppm printer ( 2 each), HPLaserJet 2,000 sheet feeder, (2 each) and the AIX & C high End Server Software (2 each) in accordance with the statement of work. Option IV, Lot V (CLIN 0005): CLIN 0005 is hardware and software on-call maintenance service for NCIS Network (NCISNET) ?Communications Front End? (CPE) System: Hardware- Bull Escala Model R604 Unix Processing Systems- System Numbers UPS126 and UPS127; Operating System-Unix OS-AIX Version 4.1.5; Applications-CPI INC. ?Openfox? Version 2.0 Law Enforcement Message Switching System Applications. Maintenance and Service agreement covers the following hardware and software listings: OpenFox Message Software (1 each), Escala Rack System (2 each), Redundant power Supply (1 Each), Artic Coprocessor/Interface cards (6 each), 9 track Magnetic Tape unit (2 each), 8 MM VDAT Internal Tape (2 each), External Disk Subsystem (4 each), HP LaserJet 24 ppm printer ( 2 each), HPLaserJet 2,000 sheet feeder, (2 each) and the AIX & C high End Server Software (2 each) in accordance with the statement of work. NAVAL CRIMINAL INVESTIGATIVE SERVICE (NCIS) NETWORK (NCISNET) COMMUNICATIONS FRONT END (CFE) STATEMENT OF WORK MAINTENANCE SUPPORT REQUIREMENTS NCISHQ Form 4238, Serial Number 15X60003 dtd 02MAR05 (N63285-06-RC-00001) BACKGROUND. 1. The NCISHQ Messaging Services Division, Code 0115C, has managed a "message switching system" in support of NCIS operations since 1979. A continued maintenance service contract is required for the hardware, UNIX-operating system and law enforcement message switching system application programs. The existing Contract: N00600-01-C-6571 (N6328501RC0217) CLIN0401 Lot V, Option 4 (last option year) for FY05 expires 30SEP05. The NCISHQ-based message switching system is commonly referred to within the NCIS as the NCIS Network (NCISNET) Communications Front End (CFE). DESCRIPTION - HARDWARE AND SOFTWARE. 2. The NCISNET CFE is a law enforcement telecommunications message switching system. The operating system (OS) is IBM AIX Version 4.1.5 UNIX based. The applications software (message switching system) is "OpenFox" - developed by Computer Projects of Illinois (CPI) Inc. CPI Inc. is a sub-contractor/vendor with ExCel Solutions Inc. The mini-mainframe hardware platform is Bull HN Model R604 (PowerPC 620 64 bit architecture based symmetric multiprocessing (SMP) system). The CFE exists of redundant primary and secondary (backup) processors. Requested FY06 base-year contract system maintenance support and itemized cost(s): Annual maintenance items for the Message Switch System Description Qty OpenFox Message Software 1 Escala Rack System 2 Redundant Power Supply 1 Artic Coprocessor/interface cards 6 9 track Magnetic tape unit 2 8 mm VDAT internal tape 2 External disk subsystem 4 HP LaserJet 24 ppm printer 2 HP LaserJet 2,000 sheet feeder 2 AIX & C high end server software 2 N0N-CHARGEABLE MAINTENANCE ITEMS. 3. There shall be no additional charges for: (a) Replacement parts, unless such parts are required due to the fault or negligence of the Government; (b) Preventative maintenance, regardless of when performed; (c) Remedial maintenance which was requested during the contract regardless of when the maintenance is performed; (d) Time spent by maintenance personnel after arrival at the site awaiting the arrival of additional maintenance personnel and/or delivery of parts, etc., after a service call has commenced; (e) Remedial maintenance required on any hardware and software system component when the scheduled preventative maintenance for that machine preceding the malfunction had not been performed unless preventative maintenance was omitted at the Government's request or the Contractor was denied access to the system hardware and software; (f) Remedial maintenance required within a 48-hour period due to a recurrence of the same malfunction; (g) Repair of an item when that repair is not made on-site and/or during the service call; (h) Description(s) of malfunctions. MAINTENANCE SUPPORT. 4. Repair service and maintenance service of system hardware an software components shall be available to protect NCISHQ from interruption of service. Contractor guarantees that it shall purchase stock parts necessary to adequately maintain in a proper working condition all items supplied of current system (at the time of contract award). Stocked hardware parts shall be made available within a reasonable time-48 hours from time of a service call. Service call response time is defined as the time between the actual service call and the arrival time by the field service personnel. The contractor shall provide hardware and software on-call maintenance with a response time of two (2) hours from the time of a service call placed by government personnel. Any prolonged system failure(s) which cannot resolved by onsite government personnel after two (2) hours from time of telephonic response and assistance by the contractor shall require the onsite arrival of the contractor-field engineer within 48 hours of a placed trouble call (less weekends, holidays). The contractor shall provide a phone number/answering device to serve as a seven (7) a week-24 hours a day trouble call point-of-contact. The provisions at 52.212-1, 52.212-3, 252-212-700 applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions ?Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252-212-7001, Contract Terms and Conditions Required to Implement Statues or Execute Orders-Commercial Items, apply to this acquisition, with the following clause checked as applicable: 52.222-2, 52.222-35, and 52.222-36. The following clauses are incorporated by referenced with fill-ins provided: 52.217-9, Option to Extend the Term of the Contract (MAR 2000) , with paragraph (a) filled in as follows: ?30 days prior to contract expiration date? and paragraph (c) filled in as follows: ?60 months?. The clause at 52.232-18, Availability of Funds applies to this acquisition. For additional information concerning this requirement, please contact Jaime Ramos at 215-697-9605 or via E-mail at jaime.ramos@navy.mil
 
Place of Performance
Address: 716 SECARD STREET SUITE 2000, WASHINGTON NAVY YARD DC 20388
 
Record
SN00780647-W 20050403/050401212628 (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 |
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.