Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
DOCUMENT

D -- Veratis/Symantec Non-personal Maintenance Services - Q-1017 Schedule of Suppplies or Services

Notice Date
1/12/2009
 
Notice Type
Q-1017 Schedule of Suppplies or Services
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092
 
ZIP Code
49037-3092
 
Solicitation Number
SP4704-09-Q-1017
 
Archive Date
1/27/2009
 
Point of Contact
David D Straughn,, Phone: 269-961-7258, Jo R Spight,, Phone: 269-961-7170
 
E-Mail Address
david.straughn@dla.mil, Jo.Spight@dla.mil
 
Small Business Set-Aside
N/A
 
Description
This acquisition is issued as a 100% small business set-aside transaction. You must be a small business entity in order to be eligible for contract award. The NAICS code is 541511, “Custom Computer Programming Services.” The corresponding small business size standard is $23 million. This acquisition is solicited using the procedures under FAR Parts 12 and 13. The Defense Logistics Agency in Battle Creek, Michigan has a requirement for the performance of non-personal maintenance services on existing Sun Microsystem L700 series of STK library and tape media. An estimated not-to-exceed total of eighty (80) hours of non-personal services include: (1) NBU 6.x compression effort from tow each UNIX masters to one UNIX master, (2), Migration assistance from existing L700 LT02 architecture to SL8500 ACSLS LT02 and LT03 architecture, (3) improvements in L700 performance, troubleshoot and repair problems which arise during the conversion process, more media server’s nas NDMP. The offeror/contractor shall supply one each Veritas/Symantec certified professional to assist in the migration. Pre-payment of maintenance services is not permitted pursuant to 31 U.S. C. 3324. The period of performance will be the later of: (1) 60 days commencing on the date of date of contract/task order, or (2) 60 days from the date of receipt of an IT-1 clearance. Place of performance is Battle Creek, Michigan. Inspection, acceptance and F.O.B. point is Destination, Battle Creek, Michigan. Inspection and acceptance of services will be performed in Battle Creek, Michigan by DLIS-TIM personnel. The offeror/contractor is required to comply with all existing local Government security regulations while performing the services at the HDI-Federal Center, Battle Creek, Michigan. Work on this contract may require service contractor personnel accessing Privacy Act information. Contractor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a. DOD 5200.2-R, “DOD Personnel Security Program,” requires DOD service contractors who perform work on sensitive Automated Information Systems (AIS) obtain the appropriate IT security clearance before starting work on than resulting contract or task order. The Contractor must assure that individuals performing work has completed and submitted a Standard Form 85P and has subsequently obtained the required IT clearance. The required IT clearance level for work to be performed on any resulting contract or task order award is: IT-1 (Single Scope Background Investigation). See DOD–I 8500.2 for more information regarding IT clearances. For an IT-I clearance, the required investigation must be completed prior to the arrival of service contractor personnel on site to perform the required services. A waiver for the IT-I clearance may be issued if no issues are uncovered during the review of information contained on the executed Standard Form 85P, “Questionnaire for Public Trust Positions.” The Contractor shall complete and submitted SF 85P concurrently with its quotation. A copy of SF 85P may be obtained at the following website: http://www.acquisition.gov/far/ DLA retains the right to request removal of Contractor personnel, regardless of prior IT security clearance or adjudication status, whose actions, while assigned to this contract, clearly conflict with the interest of the Government. The reason for removal must be documented in writing by the Contracting Officer. If and when such removal occurs, the Contractor must within a two to four week timeframe, assign qualified personnel to vacancy(s) thus created. The Government will furnish work space sufficient to accomplish the required work. The contractor shall supply all tools, equipment and consumable items. The offeror meet must all of the following technical acceptability criteria: a. Veritas/Symantec certification. The Veritas/Symantec professional shall obtain and maintain during the period of of performance a current Veritas/Symantec authorization. Please forward one legible copy of your Veritas/Symantec authorization letter with your quote. b. Acceptable accounting system. The offeror/contractor must have a currently acceptable accounting system in order to be determined responsible and thus eligible for contract/task order award. [Reference: FAR 16.301(a)(1) and DFARS 242.75] Please forward a copy of your latest DCAA accounting system audit report with your quotation. The Schedule of Supplies or Services and Prices/Cost is set forth in the Microsoft EXCEL.pdf attached to this announcement. A copy of the required FAR 6.302-1(c) brand-name justiifcation is also included with this announcement. One award will be made. Only line item 0001 will be evaluated. The single evaluation factor for award will be lowest priced, technically acceptable, responsible offeror. Submit questions regarding this acquisition via facsimile to (269) 961-4474; ATTN: DCSO-B/David Straughn. Questions received via e-mail WILL NOT be answered. The cut off date for receipt of questions is 9 a.m., Eastern Time, Friday, January 16, 2009. Questions received after the established cut off date and time will not be answered. Timely questions and their corresponding answers will be subsequently published via formal amendment to the RFQ. The following contract clauses will be added to any resulting contract pursuant to FAR 12.301(e) and FAR 12.302(d): FAR 52.252-2, “Clauses Incorporated by Reference (FEB 1998)” This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): For Federal Acquisition Regulation (FAR) clauses: http://acquisition.gov/far For DoD FAR Supplement clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.126-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Items (FEB 2007) FAR 224-1, Privacy Act Notification (APR 1984) FAR 52.224-2, Privacy Act (APR 1984) FAR 52.228-5, Insurance-Work on A Government Installation (JAN 1997) In accordance with FAR 52.228-5, a Certificate of Insurance shall be provided to the Contracting Officer at the address listed in Block #5 of Standard Form 1449 within 10 calendar days from the date of award. The minimum required insurance coverage’s are as follows: General Liability-Bodily Injury Liability Coverage: $500,000 per occurrence Automobile: $20,000 per person, $200,000 per occurrence Bodily Injury- $500,000 per occurrence DoD FAR Supplement DFARS 252.201-7000, “Contracting Officer's Representative. (DEC 1991)” The date and time set for receipt of quotation packlages is 11 a.m. Eastern Time, Monday, January 26, 2009. Submit your quotation package via facsimile to (269)961-4474, ATTN: DCSO-B/David Straughn. Quotation packages sent via surface mail and addressed to the address listed as the contract place of perfomance will be accepted. Quotations sent via e-mail WILL NOT not be accepted. No telephone calls accepeted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=793277ff0cc970012c4c0ff43b5df867&tab=core&_cview=1)
 
Document(s)
Q-1017 Schedule of Suppplies or Services
 
File Name: EXCEL .pdf copy of Schedule of Supplies or Services (Q-1017 Bid Schedule.pdf)
Link: https://www.fbo.gov//utils/view?id=1ff23a256ba9f722facc6522a5a8ebd3
Bytes: 23.16 Kb
 
File Name: FAR 6.302-1(c) Brand Name Justification (BN J&A.pdf)
Link: https://www.fbo.gov//utils/view?id=45387caaed6070d61d8371207716a4e2
Bytes: 142.14 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 74 N. Washington Avenue, Battle Creek, Michigan, 49037-3092, United States
Zip Code: 49037-3092
 
Record
SN01730693-W 20090114/090112215054-793277ff0cc970012c4c0ff43b5df867 (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.