Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
SPECIAL NOTICE

99 -- Request for Information

Notice Date
10/5/2010
 
Notice Type
Special Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
BLM OC NOC INFRASTR SEC (OC662)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
E-Mail Address
Hayden, Kristen A
(Kristen_Hayden@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): Market Research, Ibuy Hardware (Interior Buy)Issued by: The U.S. Department of InteriorWebsite: http://www.doi.gov.DisclaimerThis is a Request for Information (RFI) ONLY, and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this RFI are not offers and cannot form a binding Contractor commitment by the, the U.S. Department of Interior (DOI), or the United States Government to take procurement action in this matter. The purpose of this RFI is to obtain market information on capable sources of supply, industry practices, and input specific to the information and questions provided below. The Government is not responsible for any cost incurred by industry in furnishing this information.A response to this RFI is necessary in order to assist DOI in determining the potential levels of interest, adequate competition, and technical capability within the large and small business communities to provide the required services. However, notwithstanding contract vehicle selection or a Contractors standing, firms not responding to the RFI are not precluded from participating in any future solicitation.SummaryThe mission of the U.S. Department of Interior (DOI) is to protect and manage the Nation's natural resources and cultural heritage; provide scientific and other information about those resources; and honors its trust responsibilities or special commitments to American Indians, Alaska Natives, and affiliated Island Communities. Stakeholders and business processes are supported by a suite of information technology (IT) systems and applications. Since 2005, the Office of Information Technology has embarked on an initiative to create one DOI. It is the Governments intent to establish Government-wide contract vehicles to more than one-source of supply, for the future opportunity to provide DOI with core products and associated support services. Quality responses to the RFI will help DOI to become familiar with current practices used in provisioning and supply chain risk management, industry practices in supply and management, and capabilities that DOI should consider in its planning of requirements (e.g. ordering, asset management, support, and disposal). Respondents to this RFI should provide capability statements based on their experience as qualified prospective vendors capable of providing products and services that support the objectives identified in this RFI.Secondly, the Government seeks to determine the capability of large and small businesses alike for this RFI to include: certified 8(a), small businesses, women-owned, service-disabled veteran-owned small businesses, veteran-owned small businesses and HUBZONE firms have to meet DOI's vision.Interested parties shall describe their supply chain capabilities, technical support, and how their experience as a Reseller or Manufacturer is best demonstrated in through standard offerings (e.g. Catalog of Products and Services. Parties should also indicate whether they are on a Federal Supply Schedule and whether they currently do business with the federal government. All interested Contractors are requested to provide written response to the applicable Sections below.Scope of Requirement. The DOI seeks to acquire state-of-the-art hardware under contract(s) for procurement of commercially available, off-the-shelf end-user hardware and services (e.g. Sales support, warranty management, dedicated toll-free numbers, storefront, asset management, and configuration/imaging). Such products and services will be acquired for use in support of the DOI, its Bureaus, Offices, both CONUS and OCONUS. The IBUY HARDWARE contract vehicle is to provide Commercial Items as defined in FAR 2.101 that are compliant with Federal Government and DOI policies and regulations. The contract may consist of multiple commercial Catalogs and is intended to include a wide-range of products. Areas of scope for Catalog items are estimated as follows: 2.1 Catalog A - UNIX Based Servers. 2.2 Catalog B - Windows Based Servers.2.3 Catalog C - Blade Servers 2.4 Catalog D- Desktop2.5 Catalog E - Scientific Laptop2.6 Catalog F - Administrative Laptop2.7 Catalog G- IT Commodities2.8 Catalog H - Apple Desktop2.9 Catalog I -Apple Laptop2.10 Catalog J - Mobile Devices2.11 Catalog K- Thin Client Respondent InstructionsSection 1 Contractor Qualifications. The Department of Interior prefers prime contractors and manufacturers of required servers, desktops, and laptops who use standardized quality managed processes for back-office support and ancillary services that are compliant with certified, registered, and audited practices such as ISO 9001:2008, Capability Maturity Model Integration (CMMI), etc.Respondents are permitted an Executive and General Summary (no more than 3 pages) explaining history and background of the firm and relevance to the work. This section should also include a general discussion of the value and implementation of industry standard practices, characteristic of Resellers, and unique issues and challenges of doing business within the Federal market. It is most helpful to DOI if responses show:How responder's history and background are aligned to the objectives outlined in the summary above;How DOI may prepare itself to better work with a Contractor (or Contractors) in areas like ordering, information (e.g. forecasting, demands), communications;How Contractors currently gather requirements and support similar supply contracts;Practices in supply chain security and ability to protect Personally Identifiable Information;Unique requirements and problems of Federal Government markets; andAppropriate levels and use of financial and service level reporting. Note: please do not include electronic files containing company information, hardcopy information, brochures or other company literature. However, respondents may include a link to its companys website.Respondents to this section shall also include the following information:Business sizeDUNS numberCAGE CodeNorth American Industry Classification System Code (NAICS) NAICS CodeIn millions of dollarsIn number of employeesa. 334111 (Electronic Computer Manufacturing) b. 334113 (Computer Terminal Manufacturing) c. 334119 (Other Computer Peripheral Equipment Manufacturing) d. 541519 (Other Computer Related Services) e. 443120 (Computer Equipment Stores) Section 2 Small Businesses are asked to provide a statement of capabilities and experience (no more than 3 pages). This information will only be used in helping DOI determine the extent to which future contracts can be structured to permit smaller, niche providers participate in a solicitation. Interested parties shall describe their technical capabilities and how experience is best demonstrated (e.g. as a reseller or integrator). In addition, please describe challenges experienced with similar contracts and how DOI may work with Small Businesses to mitigate risk and reduce burdens.For small businesses please state specifically whether you are: a. Veteran-owned small business b. Service-disabled veteran-owned small business c. HUBZone Small Business d. Small Disadvantaged Business e. Women-Owned Small Business Concern f. Small Business g. 8(a) Section 3 DOI desires a more detailed response to the specific questions posed below to assist with market research. However, please limit responses to no more than average of one page for each question. RFI-Questions1.The period of performance is yet to be determined. DOI desires to know what period of performance bidders find optimal, and why. 2.What quality processes and certifications are characteristic of or important to the Reseller community? Service Levels / Metrics. Please describe the metrics used in managing services and reporting key information to customers. For example: Delivery lead times (differentiate between off the shelf vs. highly configured)Speed of Processing Orders (time from order to product shipping)Return Material Authorization (RMA)Dead-On Arrival (DOA)Inventory LevelsPartial shipmentsInvoicing accuracyWebsite (Dedicated, login, change process, etc)Others? 3.What quality processes and certifications are typical to performance? [e.g. ISO, CMMI, Other]4.Under IBUY HARDWARE, contractors will be expected to respond quickly to requests for technical and price quotations sometimes within one to two days. Please describe catalog management, how often are updates made to a catalog, how is technical support provided (e.g. live support, chat, e-mail), and what is the capacity for processing orders? Are there any restrictions?5.Do you have the ability to support users in and outside the Continental United States (i.e. Provide warranty services, help desk, break/fix)? Are there any particular support models that you use with other federal agencies that work well (both CONUS and OCONUS)? 6.Using the categories provided in scope references 2.1 thru 2.10 above, what is the extent of catalog items that DOI should consider (both practically and economically speaking)? Can you as the Reseller provide a commercial catalog that satisfies the product catalog descriptions and support? (Please fill in the table below). CategoryYesNo 2.1 Catalog A UNIX Based Servers. 2.2 Catalog B Windows Based Servers. 2.3 Catalog C Blade Servers 2.4 Catalog D Desktop 2.5 Catalog E Scientific Laptop 2.6 Catalog F Administrative Laptop 2.7 Catalog G IT Commodities 2.8 Catalog H - Apple Desktop 2.9 Catalog I - Apple Laptop 2.10 Catalog J - Mobile Devices 7.The DOI desires to have a single discount for each catalog within the defined seven groupings. Does the vendor community have any suggestions to change the catalog structure to optimize your ability to provide the best discounts possible? 8.For Resellers classified as Large Business, do you include small business and small disadvantage firms in your business? If so, in what areas are they used and what is a reasonable expectation for small/small disadvantaged business set-aside amounts (as a percent)? Does this create problems in orders, services, etc.?9.Are there any trends or issues you feel the DOI should be aware of in the development and execution of an IBUY HARDWARE contract, such as unified capabilities, new architectures, etc.?10.On environmental and regulatory matters: how is recycling done in the industry and how do firms ensure that EPA regulations are complied with? Do you have a recycle program? If so please describe. How can your company meet or exceed the Federal Government Greening standards currently in place, including EPEAT standards and Energy Star certifications?11.What key indicators of performance and management, or capabilities do you recommend the Government evaluate for award of an IBUY HARDWARE contract?12.On the matter of Technology changes and improvements: How is DOI informed of products/services that may be of interest to the user community? How is the Product Lifecycle determined within a catalog offering? How do you establish price to performance ratios so as products or features change (e.g., DVD, Blue Ray, etc.) are added or deleted the price to performance ratio shall be maintained?How are emerging technology trends identified and its importance determined (i.e., fad vs. what is real)?How will you inform DOI of these trends?If a decision is made to change products by DOI, do you have examples of how you do that with the Federal Government today? 13.On the subject of Products: Please describe what is included in your standard product offering (e.g., ancillary software, drivers, documentation, configurations (standard image), etc.). Please describe what is not in your standard offerings.14.On the subject of Services: Please describe your business model, communication (e.g. notifications), your sales model (extent of inside vs. outside sales support) and why that is important to DOI. Please describe back-office/administrative support and limits, the extent of standard reports, how quality of technical support is monitored, and the extent to which training and documentation is available. What training is made available at no charge to users, DOI information technology personnel, and administrative personnel? Is more advanced training offered on the use of products and software? 15.On the Subject of Asset Management: What services are offered (standard or otherwise) for managing assets from order to retirement [e.g. Birth/BIOS information, Configuration Information, asset tagging (barcode, active/passive tags), and disposal services]16.Other/Innovation: How could DOI make use of your Recycling program for Electronic devices? Do you have a service methodology that includes penalties for missed service levels? If so, what are some efficient mechanisms for DOI to capture and apply credits on future purchases, training, etc.?Any questions or concerns regarding any aspect of this RFI shall be forwarded to the Contracting Officer, Kristen Hayden via e-mail at Kristen_hayden@blm.gov no later than [TBD] 2010, so that they can be addressed prior to submission of your RFI package. Please reply by e-mail (with attached response) to both of the following: Contracting Officer, Kristen Hayden via e-mail at Kristen_hayden@blm.govContract Office: Bureau of Land Management DFC, P.O. Box 25047 Bldg. 50 Denver, CO 80225-0047 Attn: Kristen Hayden Please include the following information specific to your company within your response:Company Name:Address:Annual Revenues:Number of Washington, D.C. Metro Area-based offices and personnel:Federal Government Contracting Vehicles and Related Schedules accessible to the Department of Transportation:Response Primary Contact (Name, Title, Phone, Email):Response Additional Contact (Name, Title, Phone, Email): Responses should be submitted no later than November 5, 2010 12:00 p.m. (Mountain Standard Time). All responses should be limited to fifteen (15) pages + three (3) additional pages for Small Businesses Eighteen (18). Document should be in Microsoft Word 2003 with one-inch margins, using single-spaced, Arial font, and size 10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b82d6d199eac60bff86442219ee4f2e6)
 
Record
SN02305681-W 20101007/101005233946-b82d6d199eac60bff86442219ee4f2e6 (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.