SOLICITATION NOTICE
D -- IT and Telecommunications - Annual Software Maintenance Service Plans
- Notice Date
- 9/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018914Q2701
- Response Due
- 9/9/2014
- Archive Date
- 9/24/2014
- Point of Contact
- Anita Spriggs 215-697-9641 Kenneth Bullock, 215-697-9640
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-14-Q-2701. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 201400828. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 511210 and the Small Business Standard is 7$35.5 million. The proposed contract action is for Microsoft Primer Support Services, 1 Lot, for which the Government intends to solicit and negotiate with only Microsoft Corporation, under the authority of FAR 13.501(a)(1)(ii). The contractor shall be directly responsible for ensuring the accuracy, timeliness, and completion of all tasks under this effort. Services include the following: 1. 24 hours a day, 7 days a week (24x7) technical assistance and engineering support for all Microsoft technologies. At a minimum 24x7 technical support will include: a. 120 Hours of Support Account Management US National (US Nat) Program--from an assigned Microsoft resource ( śServices Resource ť) helps to build and maintain relationships with NDU management and service delivery staff and helps NDU arrange each element of the Premier Support to meet the National Defense Universities business requirements. b. 40 Hours of US National Support Assistance--provide short-term advice and guidance for problems not covered with Problem Resolution Service as well as requests for consultative assistance for design, development and deployment issues. c. 120 Hours of US National Problem Resolution Support--provide assistance for problems with specific symptoms encountered while using Microsoft products, where there is a reasonable expectation that the problem is caused by Microsoft products. d. 1 Onsite Services resources visit. 2. Response to mission-critical problems in one hour or less. 3. Rapid escalation of critical support issues to appropriate levels for resolution. 4. Rapid access to on-site support. 5. Online access to full-version Microsoft software without time or feature limits for testing and evaluation purposes. 6. Early access to Microsoft betas and service packs for pre-implementation compatibility testing. 7. Access to Microsoft E-Learning courses. 8. Access to on-line Microsoft IT Professional technology forums. 9. Access to Microsoft knowledge base articles not available to the public, security bulletins, and critical problem alerts. 10. An assigned (shared) technical account manager responsible for assisting organization technical personnel in proactively identifying and addressing potential problems related to Microsoft products before they occur in order to reduce the risk of computer system interruptions or outages. 11. Capability to offer strategic advice and recommendation on deployment and operation of Microsoft technology solutions based on experience and knowledge of source code, testing, and identified compatibilities. 12. Collaboration with third party software vendors to facilitate compatibility and integration into Microsoft environment. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Period of Performance is 09 September 2014 through 08 September 2015. Delivery Location is the National Defense University, Information Technology Directorate, Fort Lesley McNair, Washington, DC. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. In accordance with FAR 5.102(a)(6), the required justification is attached. The following FAR provisions and clauses are applicable to this procurement. Provisions: FAR 52.212-1, Instructions to Offerors ”Commercial Items; 52.212-3, Alt I, Offeror Representations and Certifications-- Commercial Items; 52.217-5, Evaluation OF Options; 52.217-8; DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year Appropriations; 252.212-7000, Offeror Representations and Certifications--Commercial Items. Quoters shall include a completed copy of 52.212-3 and its Alt I with quotes. Clauses: FAR 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; DFARS 252.204-7004 Alt A, System for Award Management; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; and 252.232-7006, Wide Area workflow Payment Instructions. This announcement will close at 6:00 PM, Eastern Standard Time on 08 September 2014. Contact Anita Spriggs, Contract Specialist, Code 290.1B, NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office, who can be reached at telephone 215-697-9641, fax 215-697-9569, or email anita.spriggs@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): http://www.sam.gov/. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/#1. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotations over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018914Q2701/listing.html)
- Place of Performance
- Address: National Defense University, 260 5th Avenue, SW, Abraham Lincoln Hall, Building 64, Fort Lesley J. McNair, Washington, DC
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN03493271-W 20140905/140903235624-cbbb61caf89925887ad28cf37c344585 (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 |