SPECIAL NOTICE
D -- Microsoft Technology Support Services - PWS Draft
- Notice Date
- 10/7/2014
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
- ZIP Code
- 30308
- Solicitation Number
- ID04150001
- Point of Contact
- Joann Cox, Phone: (850) 435-3125, Karen Ziemba, Phone: (850)439-2508
- E-Mail Address
-
joann.cox@gsa.gov, karen.ziemba@gsa.gov
(joann.cox@gsa.gov, karen.ziemba@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this requirement is to provide Microsoft support for existing and emerging Microsoft technology in development, technology strategies and IT architecture, design and implementation of a trusted work environment. Notice of Intent: 7 October 2014 F ederal General Services Administration (GSA) intends to negotiate, on a sole source basis, w ith Microsoft, One Microsoft Way, Redmond, WA, to sustain and enhance the Microsoft software for the current and future needs of the 53rd Computer Systems Squadron, Eglin AFB, FL 32542 Trusted Work Environment (TWE) project and to provide enhancements into Microsoft's, Enterprise Desktop Virtualization Project. There is no other known source as Microsoft Premier Support (MPS) is the creator and sole proprietor of said software. Access to proprietary Microsoft Intellectual Property (IP) which includes Microsoft's Operating System software code is required for all of the required MPS services and this access is only available to Microsoft employees. Microsoft (MPS) require access to proprietary Microsoft source codes, tools, processes, and knowledge to provide the MPS. Therefore, GSA believes this is the only vendor capable of satisfying this requirement. When the supplies or services required by the agency are available from only one responsible source, FAR 6.302-1 (a)(2) full and open competition need not be provided for. The anticipated period of performance is 12 months with two (2) one year options. All interested parties who believe they can provide the required services should fully explain their capabilities and qualifications, in writing, within seven (7) business days from the date of this announcement and provide itemized pricing that is sufficient to make a determination that competition is feasible. The intent of this synopsis is to determine if any source(s) exist, therefore, no solicitation (RFQ) is available. Submit response to: GSA, Karen P. Ziemba 700 S. Palafox Street, STE 125 Pensacola FL 32502 karen.ziemba@gsa.gov cc: GSA, Joann Cox joann.cox@gsa.gov No telephonic or faxed requests will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/460fd6c9733e69a6a49ecb1e14bc5816)
- Place of Performance
- Address: Eglin AFB, Florida, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03544518-W 20141009/141007234440-460fd6c9733e69a6a49ecb1e14bc5816 (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 |