Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

70 -- Firm Fixed Price to provide Symantec Backup Exec 2010 R3 Suite Warranty Service, Yokosuka, Japan.

Notice Date
2/24/2012
 
Notice Type
Sources Sought
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008412T0092
 
Response Due
3/5/2012
 
Archive Date
4/30/2012
 
Point of Contact
Mary Ann Judicpa either by e-mail maryann.judicpa@fe.navy.mil or by telephone 011-81-46-816-9324 or Carla Echols by e-mail at Carloso.Echols@fe.navy.mil.
 
E-Mail Address
Carloso.Echols@fe.navy.mil; maryann.judicpa@fe.navy.mil
(rachel.kriescher@fe.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice in accordance with the provisions of the U.S.-Japan Status of Forces Agreement. NAVFAC Far East is seeking eligible business firms capable of providing Symantec Backup Exec 2010 R3 Suite Warranty Service. The offeror shall provide NAVFACFE CIO with timely warranty service of all Symantec Backup Exec 2010 R3 Suite components 365/7/24. The majority of warranty service requests shall be provided within 2 business hours based upon a normal business day, 08:00 to 17:00 Japan Standard Time (Osaka/Tokyo) Monday through Friday. Warranty service requests outside of the normal business day shall be provided within 8 hours of notification. The offeror shall provide warranty services that will help NAVFACFE re-establish and or sustain operational functionality of Symantec Backup Exec 2010 R3 Suite by using the appropriate tools, resources, and technical expertise required. Help troubleshoot and resolve Software Version Upgrades and Content Updates (if applicable) problems. Provide all technical warranty service assistance by telephone, electronically (this may be limited to email and web sites due to ONE-NET access restrictions from outside of the.mil domain), and/or on-site. The offeror shall provide warranty support in English and Japanese languages. The offeror shall have verifiable documentation showing more than 5 years of experience supporting Symantec Backup Exec Suites, including the latest version; 2010 R3 Suite. The offeror shall have verifiable documentation showing more than 7 years of experience providing network storage service/support that includes data backup and warranty services. The offeror shall be able to provide warranty services that meet or exceed the Symantec Enterprise Technical Support service offered by Symantec (please see attached Symantec document for details). The offeror shall have staff that can access Commander Fleet Activities Yokosuka base (CFAY). The offeror shall be able to provide required warranty services on location at NAVFACFE CIO building F60 on CFAY in Yokosuka, Japan. The NAICS code for this proposed procurement is 334119. If the solicitation is issued, the solicitation will consist of a base period and four (4) options totaling three (5) years of performance. The anticipated total work to be issued over the life of the contract via base year plus four one-year options shall not exceed the estimated maximum amount of $25,000. Statement of Capabilities Submittal Requirements: Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the Draft PWS. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (5) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer ™s name, current telephone number; d. Contracting Officer ™s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work. i If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The SOC must be complete and sufficiently detailed to allow for a determination the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on Monday, 5 March 2012, by 10:00 AM Japan Standard Time (JST). The package shall be sent either by mail to the following address: Commander Naval Facilities, Far East, IPT (ATTN: Mary Ann Judicpa) PSC 473, Box 13, FPO AP 96349, or electronically to maryann.judicpa@fe.navy.mil. Submissions must be received at the office cited no later than 10:00 A.M. (JST) time on 5 March 2012. Questions or comments regarding this notice may be addressed to Mary Ann Judicpa either by e-mail maryann.judicpa@fe.navy.mil or by telephone 011-81-46-816-9324.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008412T0092/listing.html)
 
Record
SN02683254-W 20120226/120224235816-554dbb34162969c1d3b0ca9a22215bef (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.