SOLICITATION NOTICE
S -- LOGIMD Support Technicians
- Notice Date
- 9/20/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ06T0064
- Response Due
- 9/25/2006
- Archive Date
- 11/24/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format contained FAR Subpart 12.6. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Services shall be provided in accordance with the requirements outlined in this announcement. The Government intends to award a Firm Fixed Price contract for Support Technicians at Evans Army Community Hospital (EACH), Fort Carson, Colorado, and supported local campus are a network entities associated with EACH. Quotes shall reference Request for Quotes (RFQ) number W911RZ-06-T-0064 This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 05-08. It is the Contractor's responsi bility to be familiar with all applicable clauses and provisions. This requirement is a Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS code for this procurement is 541511 with a small business size standard of $23 million. Period of Performance is from date of award for approximately 12 Weeks. Quotes shall include pricing CLIN 0001 Cost per Month and pricing CLIN 0002, Contractor Manpower Reporting. STATEMENT OF WORK: The contractor shall independently provide support services to s atisfy the overall operational objectives of the Information Management Division, Customer Support Branch, through Windows 2000 to Windows XP migration, account creation, and customer support services required for life cycle replacement of personal comput ers and migration to user accounts to the network area storage solution and Blade Server configurations. OBJECTIVE: The Primary objective is to provide contractor services and deliverables through performance of work. Organizational goals are to provide reliable customer service for all MEDDAC customers. Receives, responds to, and ensures complete resolution of any help center call; documents actions taken; gives needed guidance or training to customers to prevent recurrences; and assists more experience d specialists in resolving very complex problems. SERVICES: The contractor shall provide Information Management Customer Services Support for personal computers, hardware, software, and associated applications to over 6,000 personal computers. Specifica lly, the contractor shall install, 1) Unpack personal computers (PC), 2) Place new PCs into Service, 3) Image PC, 4) Back Up customer Data, 5) Put new PC on the network, 6) Restore customer data, 7) Pull existing hard drive from old PC, 8) Complete and turn-in checklist (attached), 9) Create user accounts, 10) Migrate user data to the storage area network and 11) Possesses a friendly, customer oriented attitude and be ready to receive work orders. In addion, the contractor shall configure, and test software on customer workstations; install, configure, upgrade, and troubleshoots hardware and software components; present formal and informal training and assistance to customer; and report, respond to, and resolve customer requests. The contractor sha ll possess knowledge of and be skilled in 1) personal computer operations, 2) Maintenance and configurations with the Windows XP and Windows 2000 operating systems, 3) applying customer support principles, 4) installed system bases, 5) information technolo gy (IT) security principles, 6) methods and procedures for documenting resolutions, 7) problem resolution databases, 8) troubleshooting and data analysis methods, and 9) communication methods and techniques sufficient to receive, respond to, and ensure com plete resolution of any help center call. The contractor shall document actions taken, give needed guidance or training to customers to prevent recurrences, and assist more experienced specialists in resolving very complex problems. Work will be performe d 40 hours per week during normal business hours (7:00 4:00) and/or after normal, clinic operation hours (5:30 p.m. 10:00 p.m.), Monday-Friday (possibly Sat urday) excluding Federal holidays with a One hour lunch break. Overtime is not authorized. SECURITY CLEARANCE/POLICE CHECK/DRIVING RECORD CHECK: The contractor shall comply with all applicable Department of Defense (DOD) security regulations and proce dures during the performance of this contract. The contractor shall sign a Nondisclosure Statement, requiring the safeguard of procurement sensitive information, computer data and systems and privacy act data obtained or generated in the performance of th is contract. NON-PERSONAL SERVICE STATEMENT: Contractor employees performing services under this contract will be controlled, directed and supervised at all times by a contractor project manager . Contractor employees will perform independent of and wit hout the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S . Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will con trol access to the facility and will perform the inspection and acceptance of the completed work. CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data coll ection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web a ddress https ://contractormanpower.army.pentagon.mil. The required information includes: Contracting Office, Contracting Officer, Contracting Officers Technical Representative, Contract number, including task and delivery order number, Beginning and end ing dates covered by reporting period. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data, Estimated direct labor hours ( including sub-contractors), Estimated direct labor dollars paid this reporting per iod (including sub-contractors), Total payments (including sub-contractors), Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different), Estimated data collection co st, Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information), Locations whe re contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website), Presence of deployment or contingency contract lan guage, Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requireme nt. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database serve r or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specific for mats for the XML direct transfer may be downloaded from the web site. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regul ation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; To be considered for award, the contractor shall have an active r egistration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. The following FAR Clauses are applicable to this acquisition:52.212-2 Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certification s-Commercial Items and Defense Federal Acquisition Supplement. (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certi fications with their proposal. 52.212 -4 Contract Terms and Conditions-Commercial Items; The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Sept 2005) applies to this ac quisition. Under paragraph b, the following clauses are incorporated: 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004), 52.222-3, Convict Labor (June 2003) (E.O. 11246), 52.222-21, Prohibition of Segregated Faci lities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332); 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq); 52.222-42, Statement of Equivalent Rates for Federal Hires (May1989) (29 U.S.C 206 and 41 U.S.C 351, et seq); 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Clas s Monetary Wage-Fringe Benefits Computer Specialist. Pay Grade GS-0335-05/07; Wage Determination # 94-2079 Rev (30); U.S. Department of Labor W age Determination 94-2079 Rev (30) is incorporated into this contract. A copy may be obtained at http://www. wdol.gov; 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment, FAR 52.217-9 Option To Extend the Term of the Contract (MAR 2000), FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) (May 2004), FAR 52.249-4 , Termination for Convenience of the Government (Services) (Short Form). (Apr 1984).; Additionally, 252.212-7001 (Dev), Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52 5.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DOD appropriations acts), 525.232-7003, Elect ronic Submission of Payment Requests (Jan 2004) (10 U.S.C 2227), 525.243-7002, Requests for Equitable Adjustment (Mar 1998) (10 U.S.C 2410). Proposals shall be received at ACA, NR Directorate of Contracting, 1676 Evans Street, Bldg 1220, Fort Carson, CO 80913 ATTN: Jessica Janicek, not later than 4:00 p.m. MT, 25 September 2006. QUOTES SHALL INCLUDE: One original cover letter signed by an individual authorized to bind the organization and two additional copies, and shall not exceed a total of 50 type wri tten pages, completed Representations and Certifications (or indication that Online Representation and Certifications have been completed, and three signed copies of acknowledgement of any amendments that may be issued. Offerors who do not comply with al l requirements of this synopsis/solicitation may be eliminated from competition. Any amendments that may be issued will be published in the FedBizOpps. All questions shall be submitted in writing to Ms. Jessica Janicek, Contract Specialist, at jessica.jani cek@us.army.mil by September 25, 2006, no later than3:00 p.m.
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Country: US
- Zip Code: 80913-5198
- Record
- SN01149602-W 20060922/060920221017 (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 |