SOLICITATION NOTICE
D -- Peace Corps Overseas Software Refresh Project
- Notice Date
- 4/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Peace Corps, Office of Planning Budget and Finance, Office of Contracts, 1111 20th Street, N.W., Room 4413, Washington, DC, 20526
- ZIP Code
- 20526
- Solicitation Number
- PC04R005
- Response Due
- 5/12/2004
- Archive Date
- 5/27/2004
- Point of Contact
- Christopher Smith, Contract Specialist, Phone 202-692-1626, Fax 202-692-1621, - Christopher Smith, Contract Specialist, Phone 202-692-1626, Fax 202-692-1621,
- E-Mail Address
-
csmith2@peacecorps.gov, csmith2@peacecorps.gov
- Description
- PEACE CORPS Overseas Software Refresh Project International Technical Support Division CIO/OI/ITS STATEMENT OF WORK (SOW): I. Overview: Peace Corps Office of the Chief Information Officer, Operations and Infrastructure group, International Technical Support Division (PC CIO/OI/ITS), invites offers from GSA IT schedule 70 (standard item numbers 132 33 & 34) to provide software asset management services for it?s current inventory of overseas licenses as well as a potential purchasing agent for an planned software refresh. Peace Corps CIO/OI/ITS requires a vendor to procure software media, licensing, and maintenance for approximately 2000 workstations and 70 servers overseas as part of the Agency?s project to upgrade overseas post computer software. Any software services acquisition will complement Peace Corps? existing stock. Peace Corps requires a vendor to assess the current inventory of software and procure licensing best suited to the Agency?s interests. This procurement will involve purchases of upgrade licenses, support contracts, as well as full versions of software where upgrade paths are not available. The Agency will perform a complete software upgrade for a minimum of 2000 workstations and 70 servers every year depending on available funding during the next three fiscal years (FAR 52.217-9: contract is to be one year Base Period with up to two (2) one year Option Periods). It is contemplated that this requirement will be set aside for companies of a size standard similar to ASAP Software Express, the software licensing agent used by Northrop Grumman during the Overseas Migration project. II. Review Period: Peace Corps CIO/OI/ITS requires an initial review period after the first fiscal year of activity, inclusive of procurements and current asset import into the vendor?s database. During the review period, Peace Corps will evaluate the performance of the vendor based on the following criteria: 1) Availability of status information; 2) Accuracy of software asset management; 3) Accuracy and timeliness of maintaining efficient upgrade and support on software; 4) Accuracy and timeliness of reporting; 5)Quality of overall customer support; & 6) Pricing. Based on the initial review, Peace Corps CIO/OI/ITS will determine if further performance is administratively burdensome and whether a no cost settlement (termination for convenience) is warranted and performance by another vendor is in the Government?s best interest. In the case where a termination is necessary, the vendor will produce, at no cost, a final comprehensive report of all PC CIO/OI/ITS software assets. Periodic reviews are also contemplated during the life of this project. III. Order Details: Peace Corps CIO/OI/ITS will provide the vendor with the information below for each order: Date of Delivery & Number and nature of the software/licensing to be procured. IV. Deliverables: Asset Management: The vendor will incorporate all existing Agency software assets into an asset management database. All assets will be viewable through a web interface. Vendor will also periodically provide, upon request from Peace Corps CIO/OI/ITS, a full export of all software assets in a Peace Corps designated format. Existing Overseas Software assets are in Appendix A. Analysis of Needs: Vendor will advise the Agency on upgrade paths most cost effective to the needs of the Agency. Vendor will provide a comparative analysis of the all available upgrade and maintenance options available for all software assets (including enterprise agreements where applicable) including the option of not procuring maintenance. Software Acquisition: Peace Corps CIO/OI/ITS will be procuring the packages below (vendors are encouraged to provide any and all export control regulations which may apply to the software detailed herein): Server based: SBS 2003 Premium Edition Veritas Backup Exec ? SBS Suite with SQL Agent (most current version) Norton AntiVirus Corporate Edition (most current version) RSA Secure ID (most current version) WinZip (most current version); Client based: Microsoft Small Business Server 2003 Client Access License Microsoft Office XP Norton AntiVirus Corporate Edition ? Client Suite (most current version) WinZip (most current version); Other: Adobe Photoshop, Acrobat, Illustrator, and Indesign suite (most current version) Sonicwall Maintenance (most current firmware version). The vendor will acquire on behalf of Peace Corps, the required software. The Peace Corps will review and may change the software requirements annually or in the case of discontinued products. Vendor will provide the newest release of software (physical media) and appropriate licensing for the current market releases. Vendor will provide a 3-yr maintenance contract, full upgrade support, and volume licensing (where available) for a given software product based on the analysis and concurrence of Peace Corps CIO/OI/ITS. Peace Corps CIO/OI/ITS may or may not refresh all software assets on an annual basis , based on available funds. The initial software refresh order will be to refresh the entire asset pool. Any acquisition will be added to the asset database and be viewable through a web interface. Concise information will list product purchase date, software support agreement level, duration of support, support contact information and support activation code (if necessary), product activation codes associated with the license, and version of the software. A template report for this information with be provided by Peace Corps CIO/OI/ITS. All acquisitions should be available for viewing within 72 hours of the order date. V. Meeting and Monthly Status Requirements: The vendor will give Peace Corps CIO/OI/ITS a monthly update report via conference call including a detailed email of current asset inventory, upcoming issues, and current order statuses. VI. Invoicing Requirements: Peace Corps will not consider for payment any invoices submitted after 90 days from the date of delivery. All orders and cumulative invoice data will be available to the agency through a web-based interface. VII. Project Management: Peace Corps requires a single point-of-contact (SPOC) for all ordering and inventory information. The SPOC would act as the shipper of record; responsible for validating the accuracy of order information with Peace Corps personnel, as well as ensuring the timely procurement of all items. VIII. Service Level Agreement (SLA): Peace Corps CIO/OI/ITS contemplates development of appropriate Service Level Agreements (SLA) in support of each of its overseas applications. Vendors will be encouraged to submit their SLA methodology as part of their proposed project management plan. The following are notional examples of SLA topic areas. Vendors will be advised that this is not an exhaustive list and that an appropriate SLA will be developed at the mutual agreement of the parties (subject to availability of funds): Description of the System; Time Period of the Agreement; Identification of Key Roles & Responsibilities; Application Usage Metrics; Availability; Reliability; Performance Criteria; Problem Reporting & Resolution; and Periodic Review & Continuous Improvement. Potential vendors will be advised that all SLA development activities will be negotiated on a post award basis and will be a function of a contractor?s due diligence (?As Is? state of assets to be managed). Appendix A: Current Software/Current version/Current Quantity/Anticipated Future Software/Anticipated Quantity: Small Business Server (SBS) 4.5/2003/71/Small Business Server (SBS) Premium 2003/76; SBS CALs/4.5/2500/SBS 2003 CALs/1675; Win XP Pro/2188 & Win 2000 Pro/322 / Win XP Pro/2886; Office XP Pro/2150/Office XP Pro/2886; WinZip/various/2500/WinZip/2901; Symantec AV CE (client)/various/2500/Symantec AV CE (client)/2960; Symantec AV CE (server)/various/71/Symantec AV CE (server)/2884; Backup Exec/various/71/Backup Exec for SBS with SQL/79; Informed Filler/various/193/N/A-N/A; RSA Secure ID/375; Adobe Publishing Collection/154/N/A; Second Copy/various/2500-N/A; FileMaker Pro/5.5/16-N/A; Sonicwall Tele 3 TZ firmware/6.4.2.0/101/Sonicwall (newest firmware)/101; Sybari Antigen for Exchange/0/Sybari Antigen for Exchange client licenses/2125. Appendix B: Current Peace Corps Posts: Albania Armenia Azerbaijan Bangladesh Belize Benin Bolivia Botswana Bulgaria Burkina Faso Cameroon Cape Verde Chad China Costa Rica Dominican Republic East Timor Eastern Caribbean Ecuador El Salvador Fiji Gabon Gambia Georgia Ghana Guatemala Guinea Guyana Haiti Honduras Jamaica Jordan Kazakhstan Kenya Kiribati Kyrgyz Republic Lesotho Macedonia Madagascar Malawi Mali Mauritania Micronesia Moldova Mongolia Morocco Mozambique Namibia Nepal Nicaragua Niger Panama Paraguay Peru Philippines Romania Samoa Senegal South Africa Suriname Swaziland Tanzania Thailand Togo Tonga Turkmenistan Uganda Ukraine Uzbekistan Vanuatu Zambia. FAR 12 Acquisition of Commercial Items Provisions and Clauses: the following clauses are hereby incorporated by reference, complete text is available at www.arnet.gov/far, please reference (as appropriate) certifications already made and that are a material part of your current GSA Schedule 70 contract: 52.212-1 (Jan. 2004) oral presentations in accordance with FAR 15.102 may be necessary and at the sole descretion of the Govt (Peace Corps); 52.212-2 Evaluation -- Commercial Items (Jan. 1999) The Basis for Award will be Best Value to the Govt; wherein, Technical Service Capability is equal to or more important than Cost. As evidence of their Technical Service Capability, vendors will be required to submit at least three (3) Past Performance references, detailing services of similar scope and term delivered to Federal or other business clients worldwide. FAR 52.212-3 (Jan. 2004): NAICS = 423430 & SIC = 5045. FAR 52.212-4 (Oct. 2003). FAR 52.212-5 (Apr. 2004): 52.203-6, 52.219-4, 52.219-8, 52.219-9 Alt II, 52.219-23 para (b)(1) 10% evaluation only, 52.219-25, 52.219-26 para (b) zero, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9: congnizant GSA FSS contracting officer, 52.225-13, 52.232-29, 52.232-30, 52.232-33, 52.239-1, 52.247-64 Alt I, 52.222-41, 52.222-43.
- Place of Performance
- Address: Peace Corps Office of the Chief Information Officer, Operations & Infrastructure, International Technical Support, Attn PC CIO/OI/ITS Rm 3114, 1111 20th St NW, Washington DC, T: 202-692-1356
- Zip Code: 20526
- Country: USA
- Zip Code: 20526
- Record
- SN00573157-W 20040428/040426214632 (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 |