SOLICITATION NOTICE
D -- Apple Professional Support - RFQ
- Notice Date
- 9/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Treasury, Comptroller of the Currency (OCC), Acquisition Management (AQM), 250 E Street, SW, Mail Stop 4-13, Washington, District of Columbia, 20219
- ZIP Code
- 20219
- Solicitation Number
- RFQ122059
- Archive Date
- 10/5/2012
- Point of Contact
- Natalie Dao Wallace,
- E-Mail Address
-
Natalie.Wallace@occ.treas.gov
(Natalie.Wallace@occ.treas.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Word version of RFQ This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. The NAICS code for this acquisition is 541511 and size standard is $25.5 Million. STATEMENT OF WORK - The Office of the Comptroller of the Currency (OCC), Information Technology Services (ITS) division, provides the electronic infrastructure and applications that support the agency's mission and business objectives. The OCC Office of Public Affairs, Communications division, has utilized the Apple computing platform for several years in support of the internal and external communications they produce. In 2010, ITS worked with Apple to integrate the Communication's Apple computing environment into the OCC's primary network infrastructure. Objective: The purpose of this Statement of Work (SOW) is to obtain Apple Professional Services support on the building of a new image for the OCC Apple computers currently used by the Communications division. Tasks: 1. New Image - The vendor shall build, test and install a new image for the Apple computers used by the OCC. The new image shall comply with Federal Desktop Core Configuration (FDCC) and OCC IT Security requirements. The newly developed enterprise image shall support the latest Apple Operating system. The vendor shall assist in setting up hardware and develop FDCC/USGCB compliant security settings to include a configuration to works with Computrace. 2. Upgrade workstations/servers - The OCC has purchased new Apple desktops and laptops that the vendor shall set up and configure. The vendor shall upgrade OCC Three apple server to the latest operating system, assist in Casper configuration suggest improvements in configuration and hardware / software to further enhance security and manageability of the network. NOTE: All upgraded hardware and software shall be provided to the vendor by the OCC. 3. Improve Casper deployment - Vendor shall assess performance, run diagnostics and tune the Casper device to better communicate with the Apple desktops and laptops, and achieve a more efficient deployment of new machines. Assist in the configuration of Casper to enforce computer policies and security in support of this requirement. 4. Training and mentoring- The vendor shall train the OCC staff on the proper use of the new equipment (software and hardware) purchased, trouble-shoot problems and provide knowledge transfer throughout the technical work being performed. 5. Documentation - The vendor shall prepare a full documentation of the new set up with all configurations detailed and explained, including operating system and all software versions. 6. Apple Care Preferred Support - The vendor shall provide Apple Care Preferred Support for one year Deliverables: The vendor shall provide documentation of the new image and all configurations. The documentation shall be delivered on or before the period of performance end date. Documentation shall be provided in an electronic format. Period of Performance: Tasks 1-5: September 25, 2012 - November 30, 2012 (Labor Hour) Task 6: September 25, 2012 - September 24, 2012 (Firm Fixed Price) Place of Performance: All technical work shall be performed on-site at the OCC Washington, DC Metropolitan locations. The documentation work may be performed on-site or off-site. Pricing: The vendor must include appropriate price information, including the estimated number of hours, labor categories, and labor rates to complete Tasks 1-5. As a reminder Tasks 1-5 shall be Labor Hour and Task 6 shall be Firm Fixed Price. SUBMISSION REQUIREMENTS: To evaluate quotes submitted, vendors must submit the following: •1) Description of technical support to be provided to meet the requirements in the SOW. •2) Documentation for all products offered. •3) Proof of the vendor's authorization to resell Apple professional services EVALUATION: The OCC's shall award to the lowest-priced technically acceptable quote. INSTRUCTIONS: If interested e-mail your quote to the contract specialist stated herein on letterhead stationery. Quotations must be received no later than 5:00 PM EST, Thursday, September 20, 2012. All quotes must be e-mailed to the point-of-contact below with the solicitation number (122059) and vendors name listed in the subject block. In addition, the vendors shall include any additional terms, price discounts for the items specified above, a statement specifying the extent of agreement with all the terms, conditions, and provisions included in this RFQ and a copy of the representations and certifications at FAR 52.212-3. The Government primary point-of-contact is Natalie Wallace, email - Natalie.Wallace@occ.treas.gov. 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): http://acquisition.gov/far/index.html?menu_id=40 and http://www.ustreas.gov/offices/management/dcfo/procurement/ 52.212-1 Instructions to Offerors Commercial Items - (FEB 2012) 52.212-2 Evaluation Commercial Items - (JAN 1999) - (a) The Government intends to award a single contract but reserves the right to award multiple contracts (one contract for the required products and one contract for the optional products) resulting from this solicitation to the Lowest-Priced Technically Acceptable Offeror. FAR 52.212-3, Reps/Certs - (AUG 2009) - should be completed on-line at www.orca.bpn.gov. 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2012) The following additional clauses cited in FAR 52.212-5 are applicable to this specific acquisition: FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011), FAR 52.222-3, Convict Labor (JUN 2003), FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012), FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (MAR 2007), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010), FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010), FAR 52.232-33, Payment by Electronic Funds Transfer CCR (OCT 2003). 1052.242-8001 (OCC) POINT OF CONTACT (SEP 2008) A. The Point of Contact for this requirement is responsible for inspection, and where required by this procurement action, acceptance of deliverables, items, supplies, or services rendered. The POC does not have authority to take any action, either directly or indirectly, that would change pricing, quantity, place of performance, delivery schedule, or any terms and conditions of this requirement or to direct the contractor in the accomplishment of effort which goes beyond the scope of this requirement. If the contractor believes the POC has changed the scope of this requirement, the contractor shall promptly notify the Contracting Officer verbally or in writing. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the procurement action price to cover any increase in charge incurred as a result thereof. B. The POC for this requirement is Name: TBD at award Address: Office of the Comptroller of the Currency 250 E. Street, SW, Mail-stop Washington, D.C. 20219 Telephone: E-mail: C. The Point of Contact will monitor the progress and quality of contractor performance. The duties of the POC are limited to those described in this clause. The POC shall perform the following: a. Review and approve invoices b. Notify Contracting Officer to address any required changes to this order (End of Clause) 1052.212-8001 (OCC) SUPPLEMENTAL INVOICING REQUIREMENTS - Commercial Item (OCT 2008) In addition to the invoicing requirements specified in clause 52.212-4, Contract Terms and Conditions--Commercial Items, of this contract, the following special invoicing requirements also apply to the submission of invoices. (a)(i) The contractor shall submit invoices in a format that replicates the line item (CLIN) and subline item (subCLIN) structure of the contract or, in the case of an order against a contract, the CLIN and subCLIN structure of the order. Each invoice shall provide, by CLIN and subCLIN, the line item number, description, quantity being invoiced, unit of measure, unit price, and current invoiced amount. Each invoice shall sequence CLINs and subCLINs in the same order in which they appear in the contract or order and shall be totaled at the bottom of the invoice. (ii) If the contract allows for the submission of partial or periodic invoices, the contractor shall include an additional column, titled "Cumulative Amount," to the right of the "Current Invoiced Amount" column. In the "Cumulative Amount" column, the contractor shall enter the total amount that has been billed for each contract line item and subline item through the end of the current invoice period. (iii) The contractor shall submit invoices that conform to the requirements listed in subparagraphs (a)(i) and (ii) above. The contractor shall not deviate from this format without the expressed, written permission of the contracting officer. To further clarify the guidance provided in these paragraphs, a sample, generic invoice accompanies this clause. (b) The contractor shall identify the point of contact (POC) or contracting officer's technical representative (COTR) for this contract on the face sheet of all invoices submitted under the contract. The POC or COTR is identified in (b)(ii) below. The contractor shall precede the POC or COTR's name with either a "POC" or "COTR" label, as appropriate (e.g., "POC: John E. Doe"). (c) The contractor shall submit an original and two copies of each invoice. The contractor shall submit the original and all copies of the invoice at the same time. Submission shall be as follows: i) The contractor shall submit original hardcopy or electronic copy of invoice(s) to the designated billing office. Hardcopy invoices shall be sent to: Address: Comptroller of the Currency Accounts Payable, MS FM 2 250 E Street, SW Washington, DC 20219-0001 Telephone: (202) 874-5140 Electronic invoices shall be sent to OMAPVendorInvoice@occ.treas.gov (ii) The contractor shall submit a copy of the invoice (hardcopy or electronic) to the point of contact (POC) or contracting officer's technical representative (COTR), as designated in the contract. The POC or COTR for this contract is... Name: TBA on contract award Address: Telephone: Electronic copy invoices shall be sent to _________Fill In Name______________________. (iii) The contractor shall submit a copy of the invoice (hardcopy or electronic) to the contracting officer or contract specialist. The contracting officer or contract specialist is... Name: Natalie Wallace Title: Contract Specialist Address: 250 E Street SW, FM-4 Washington, DC 20219 Telephone: 202-874-4542 Electronic copy of invoices shall be sent to Natalie.Wallace@occ.treas.gov. (d) The OCC may deem any invoice that does not fully comply with the invoicing requirements specified in 52.212-4, Contract Terms and Conditions -- Commercial Items, and this clause, as an improper invoice and return the invoice to the contractor. (e) Contractors shall select one method to submit invoices, either hardcopy or electronically. Once a method is selected, Contractors must submit a request to the Contracting Officer to change the manner of submitting invoices for payment. The contract will be modified to effect the change. (End of clause) 1052.239-70(OCC) REQUIREMENT FOR COMPLIANCE WITH ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY STANDARDS All electronic and information technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. The following standards have been determined to be applicable to this contract: [XX] 1194.21 Software applications and operating systems.. [ ] 1194.22 Web-based intranet and internet information and applications. [ ] 1194.23 Telecommunications products. [ ] 1194.24 Video and multimedia products. [ ] 1194.25 Self contained, closed products. [XX] 1194.26 Desktop and portable computers. [XX] 1194.31 Functional performance criteria [XX] 1194.41 information, documentation, and support The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/OCC/ASDMS413/RFQ122059/listing.html)
- Record
- SN02885473-W 20120919/120918000511-e8a5ffc0820e2c30fc9dd9345a4edb37 (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 |