Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOLICITATION NOTICE

D -- The Baltimore District US Army Corps of Engineers is soliciting for Maximo Technical Support Services for USACE, Washington Aqueduct Division.

Notice Date
12/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-07-T-0047
 
Response Due
1/5/2007
 
Archive Date
3/6/2007
 
Small Business Set-Aside
N/A
 
Description
The proposed procurement is unrestricted; NAICS 541519 with a small business size standard of not exceeded average annual receipts for the preceeding three fiscal years of $23.0 million, including affiliates. Provide Maximo computerized mainteneance management system technical support services, including on-site support services and upgrade.MAXIMO  Computerized Maintenance Management System Technical Support Services PART 1 - GENERAL 1-1. SCOPE 1.1.1 Support Services Contractor shall provide 16 hours of on-site technical support quarterly and 8 (eight) hours home office technical support quarterly for the MAXIMO system at Washington Aqueduct. Technical support shall include, but not limited to, troubleshooting, answer ing specific questions and performing the following specific tasks during the Fiscal Year 2007, beginning from o/a 08 January 2007 to September 30, 2007: " Provide screen modifications as requested. Specific modifications shall be identified by the Government in conjunction with recommendations made by the Contractor. " Provide home page set up. Specific description shall be identified by the Government in conjunction with recommendations made by the Contractor " Set up Key Performance Indicators (KPI). " Develop custom reports as identified by the Government. " Develop training material and provide on-site assistance and training as required by the Government. " Develop templates as identified by the Government in conjunction with recommendations made by the Contractor. " Provide system administration, implementation and configuration as identified by the Government in conjunction with recommendations made by the Contractor. " Provide support to automatically import data from an OSI Soft PI Server Data Historian on a periodic basis. The PI Server will export pump runtime data to a database file. 1.1.2 Upgrade MAXIMO to its Latest Version " Upgrade the current (MAXIMO 5.2) system to its latest version (MAXIMO MXES) and install patches and other available MAXIMO options. Validate inventory interface and make necessary changes to existing inventory interface for it to work with the upgraded version, MAXIMO MXES. " Create test/training and production database and applications. 1.1.3 Assumptions a. Washington Aqueduct will purchase necessary hardware and perform operating system installation and configuration necessary for hardware to operate in network environment. b. Washington Aqueduct is responsible for network accessibility and Internet Explorer version on all MAXIMO client workstations. c. Washington Aqueduct is current with the MRO software support and eligible for software upgrades. d. The inventory interface is the operator entry interface to MAXIMO. Runtime data will also be automatically imported from an OSI Soft PI Server Data Historian on a periodic basis. 1-2. OFFERORS QUALIFICATIONS The offeror shall submit a list of clients served, particularly the ones similar to Washington Aqueduct, for MAXIMO support services. Offerors client list shall include the client name, a point of client contact with phone number and email (if possible), a general description of services performed, dates of services performed and any other relevant information. The offeror shall have a minimum of three (3) years of experience. PART 2  EXECUTION 2.1 SUPPORT SCHEDULE The offeror shall return a phone call request for technical support within 24 hours when contacted by phone. Off site services and product technical support can be provided by telephone during normal business hours. On site services will be mutually sche duled. However, offeror shall report on site for an on-site technical support within 10 days from the date of such request. 2.2 ON SITE SERVICES On site services shall be performed at the following two locations: " Dalecarlia Water Treatment Plant, 5900 MacArthur Boulevard, NW, Washington, DC 20016 " McMill an Water Treatment Plant, 2500 First Street, NW, Washington, DC 20001. PART 3  TECHNICAL POINT OF CONTACT Technical points of contacts are: Mr. Lee Parker U.S. Army Corps of Engineers, Washington Aqueduct Dalecarlia Water Treatment Plant, 5900 MacArthur Boulevard, NW, Washington, DC 20016 Phone: (202-764-0715) Mr. Mel Tesema U.S. Army Corps of Engineers, Washington Aqueduct McMillan Water Treatment Plant, 2500 First Street, NW, Washington, DC 20001 Phone: (202-762-0169) Period of performance is o/a 08 January 2007 through 30 September 2007. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation will be provided in an electronic format, free of charge, to all authenticate d account holders of Federal Technical Data Solution System (FedTeDS)a one-time registration process for vendors/contractorsAccounts may only be attained by CCR-registered contractors/vendor, go to www.fedteds.gov for additional information. After issu ance of the solicitation, contractors may view and or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin? openform&SolicitationNumber=W912DR-07-T-0047. [NOTE: This i s specific to each solicitation] Plans and specifications will not be available in paper format. Use of the FedTeDS website require prior registration at www.fedteds.gov. It is the offerors responsibility to monitor the FedTeDS website (using the above l ink) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. All offerors are encouraged to visit the Baltimore Districts public website, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.army.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/(USE THE BALTIMORE DISTRICT ACRONYM  W912DR  IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. No phone or fax request for copy of solicitation will be accepted. All questions shall be submitted via e-mail to Josephine.E.Baran@nab02.usace.army.mil Quotations can be submitted via e-mail, fax (410)962-2001 or mail to U.S. Army Corps of Engineers, Contracting Division, 10 South Howard Street, Room 7000, ATTN: J. Baran, Baltimore, MD 21201-2530.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Room 7000 Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01202993-W 20061229/061227220444 (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.