SOURCES SOUGHT
D -- Linux Enterprise OS Software upgrades, patches, 24/7 maintenance support and assistance.
- Notice Date
- 2/14/2011
- Notice Type
- Sources Sought
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW11R0040
- Response Due
- 2/16/2011
- Archive Date
- 4/17/2011
- Point of Contact
- Lawrence Yates, 703.428.1073
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(lawrence.j.yates.ctr@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.1 Description of Services/Introduction: The contractor shall provide software upgrades and 24/7 maintenance subscription support for Linux Enterprise operating system and related applications running on HP Proliant 380s and 585s servers. 1.2 Background: The maintenance subscription for Linux Enterprise Linux software is required to ensure that little or no down time is experienced on Linux systems due to operating system problems or software application failures. 1.3 Objectives: The objective is to contractually procure maintenance subscription to support the following: 6 each - Enterprise Linux Advanced Platform Premium Support Maintenance Subscription - 1 Year maintenance AS v.4 for 64-bit AMD64/Intel 64T (PU Arch: x86_64-Linux Enterprise) PN - MCT0983RN 1.4 Scope: The Linux Enterprise software maintenance subscription support plan is to provide support that includes: premium (unlimited sockets) software updates and 24/7 technical support including GFS, Cluster, and Unlimited Virtualization; diagnosis of system problems and continuous problem resolution by phone, e-mail and online assistance, providing both responsive and proactive services that will provide operational efficiency. 1. 5 Period of Performance: The period of performance shall be for 12 months date of contract award. 1.6 General Information 1.6.1 Quality Control: NA. 1.6.2 Quality Assurance: The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Government Remedies: The contracting officer shall follow FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" or 52.246-4, "Inspection of Services-Fixed Price" for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 1.6.4 Recognized Holidays: The contractor is required to perform services if needed on these holidays. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.5 Hours of Operation/Place of Performance: The contractor is responsible for ensuring service is available 24x7 at DODIG locations and for components authorized to utilize this service. The hours of access for service shall be on a 24x7 basis to include all work timeframe to accommodate the DODIG operations. The Contractor must at all times maintain an adequate work force and support system to ensure the uninterrupted performance of all tasks defined within this statement of work. 1.6.6 Type of Contract: The government anticipates award of a Firm Fixed Price. 1.6.7 Security Requirements: The contractor is not required to have access to any DOD site or locations and or DOD information to support this task. 1.6.7.1 PHYSICAL Security. The contractor shall be responsible for safeguarding all Government property and or information provided for contractor use. 1.6.7.2 Key Control. N/A 1.6.7.2.1. N/A 1.6.7.2.2. N/A 1.6.7.3N/A 1.6.7.4 N/A 1.6.8 Special Qualifications: N/A 1.6.9 Post Award Conference/Periodic Progress Meetings: N/A 1.6.10 Contracting Officer Representative (COR): The (COR) is identified below: Cynthia A. Ford 400 Army Navy Drive 4th Floor Arlington, VA 22202-4704 (703) 604-8571 Cynthia.Ford@dodig.mil The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. The Technical POC is: Lucia Soto 703 699-5620, lucia.soto@dodig.mil 1.6.11 Contract Manager: N/A 1.6.12 Identification of Contractor Employees: N/A PART 2 DEFINITIONS & ACRONYMS PWS - Performance Work Statement Contracting Officer's Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor CCE- Contracting Center of Excellence Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS. Quality Assurance. Those actions taken by the government to assure services meet the requirements of the Performance Work Statement. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1 General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this PWS. 4.2 Secret Facility Clearance: N/A PART 5 SPECIFIC TASKS 5.1 BASIC SERVICES. The contractor shall provide software upgrades, patches and 24/7 maintenance support and assistance for the following licenses: Premium (unlimited sockets) Software updates and 24/7 technical support GFS, Cluster, and Unlimited Virtualization Diagnosis of system problems and continuous problem resolution by phone, E-mail and online assistance Invoice Instructions: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Request, please submit all invoices using the Wide Area Work Flow (WAWF) online database system. To become a registered user, go to https://wawf.eb.mil. Additionally, training for WAWF, may be obtained by visiting http://wawftraining.com/. POC for invoice certification and payment: Karen Freeman 703-604-9661 703-604-5006 Fax PART 6 APPLICABLE PUBLICATIONS 6.1 Publications applicable to this PWS are listed below. The publications must be coded as mandatory or advisory, the date of the publication, and what chapters or pages are applicable to the requirement. All publications listed are available via the Internet at the specified e-mail address. TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. PERFORMANCE REQUIREMENT SUMMARY (PRS) - VEHICLE OPERATIONS Specification ItemPerformance ObjectivePerformance Standard (Minimum Acceptable Standard) (MAS)Method of SurveillanceDeduction from Contract Price for Not Meeting the MASSample SizeFrequency Provide a Support Plan for Linux Enterprise support maintenance in accordance with product specifications listed in PWS Part 5, Para. # 5.1Provide Premium 24x7 Support online, phone and by e-mail including GFS, Cluster, and Unlimited Virtualization Listed in PWS Part 5, Para. # 5.1Linux Enterprise support Systems must be maintained with no more than four hours down timePeriodic SurveillanceN/AN/ASemi-annually Types of Surveillance to select from: Random Sampling: Appropriate for frequently recurring tasks. Evaluate randomly selected samples of the lot to determine the acceptability of the entire lot. Random Inspection Guide, Method of surveillance, Lot size, Sample size, Performance requirement, Sampling procedure, Inspection procedure 100 Percent Inspection: Appropriate for tasks that occur infrequently. Inspect and evaluate performance each time task is performed Periodic Surveillance: Evaluation of samples selected on other than 100% or statistically random basis. (i.e. monthly, quarterly, semi-annually etc.) Validated Customer Complaint: Complaints must be validated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/441ddde18ef86e88883ee283fe7b6237)
- Place of Performance
- Address: Department of Defense Office of the Inspector General 400 Army Navy Drive Arlington VA
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN02379696-W 20110216/110214234605-441ddde18ef86e88883ee283fe7b6237 (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 |