|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1996 PSA#172537th CONS/LGCXS, 1655 SELFRIDGE AVE, LACKLAND AFB TX 78236-5253
Attn:LGCXS/Cathy E. Garcia J -- SOFTWARE MAINTENANCE IN SUPPORT OF ANNUAL SURGI-SERVER SOFTWARE
SOL F4163696Q2863 & F4163696Q2864 DUE 122596 POC Cathy E. Garcia tel:
210/671-1759/Teresa J. Gonzalez This is a combined
synopsis/solicitation for commercial services prepared in accordance
with the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-42. The Standard Industrial Classification
(SIC) is 7379. This requirement is a Sole Source acquisition. The
Statement of Need is as follows: 1. Objective (Scope of Work) The
purpose of this effort is to establish technical expertise in support
of the Serving Software program located in the Surgical Department at
Wilford Hall Medical Center (WHMC), Room 2C04. This software is used to
schedule all surgical procedures performed at WHMC. 2. Technical
Requirements: 2.1 Telephone Support - Require a telephone support
service agreement. A toll-free 800 line must be available 24 hours per
day (dependent upon contracted coverage hours) to assist customers
with problem resolution and product usage quote questions. The 800 line
is to be staffed by Support Engineers who respond directly to customer
calls. 2.2 Hours of Coverage - Require 24 hours coverage, seven days
a week, holidays included. 2.3 Response Times - Require a guaranteed
telephone to customer reported problems on the basis of severity.
Unit/system down problems must be responded to immediately while
critical severities are responded to within 30 minutes. The response to
high severities is 1 hour, medium is 2 hours, and low is 8 hours. The
local system administrator will determine severity when service call is
opened. 2.4 Remote Diagnosis - Require remote diagnosis as the primary
method for the delivery of services. This method has proven to be the
most cost effective approach for identifying and resolving a majority
of product problems. Remote diagnosis is accomplished by using
dedicated telephone lines with high speed modems. This diagnostic
technique also utilizes automated facilities for system monitoring and
error reporting. The customer is required to maintain a dedicated DID
telephone line with an active modem attached. 2.5 Escalation
Management - Require an established procedure for problem escalation
managment. The purpose of the procedure is to ensure that appropriate
resources are applied to the prompt and timely resolution of customer
problems which are critical in nature. The escalation procedure
includes the allocation of additional technical resources, management
alerts, scheduled status review, and on-site response as required. The
escalation procedure can be invoked by contractor or the customer if
the situation requires. 3. Software Upgrades and Engineering Changes:
3.1 - Require all Serving Software Group upgrades. These include
software patches, maintenance releases, firmware updates, and remedial
hardware design changes. To include free technical support to assist
with installation of upgrades. Offerors will propose on the following
item: 0001 - Annual Surgi-Server Support, 10 months. The period of
performance for this effort will be for a 10 month period beginning on
or before 02 Dec 96 through 30 Sep 97. The provision at FAR 52.212-1,
Instructions to Offerors-Commercial, applies to this acquisition. The
clause at 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items, applies to
this solicitation. Specifically, the following cited clauses are
applicable to this solicitation: FAR 52.232-33, Mandatory Information
for Electronic Funds Transfer Payment; FAR 52.222-26, Equal
Opportunity; 52.222-35, Affirmative action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Actions for Handicapped
workers; 52.222-37, Employment Reports on Special Disabled Veterans on
the Vietnam Era; 52.222-41, Service Contract Act of 1965, As amended;
52.222-42 Statement of Equivalent Rates for Federal Hires, In
compliance with the Service Contract Act of 1965, as amended and the
regulations of the Secretary of Labor, this clause identifies the
classes of service employees expected to be employed under the contract
and states the wage and fringe benefits payable to each if they were
employed by the contracting agency subject to the provisions of 5 USC
5341 or 5332. Offerors must include with their offer a completed copy
of the provisions at FAR 52.212-3, Offerors Representation and
Certification-Commercial Items, and DFARS 252.212-7000, Offeror
Representations and Certifications -- Commercial Items. The clause at
52.212-4, Contract Terms and Conditions -- Commercial Item apply. Award
will evaluated IAW FAR 52.212-2 Evaluation-Commercial Items. Award will
be based on the lowest priced technically acceptable offer from a
responsible contractor in accordance with FAR 9.104-1 past work
performance. Proposals may be submitted in writing or faxed to the
point of contact indicated above. The fax number is 210/671-5064.
Quotes are required no later than 25 Nov 1996. Award will be made on or
about 02 Dec 96. Offeror must include price, and information providing
evidence of their ability to meet the requirements of the SON.
REFERENCES - A list of references with name and phone number of similar
complexity of work performed. All responsible sources may submit an
offer which if timely received will be considered by this agency.
(0323) Loren Data Corp. http://www.ld.com (SYN# 0032 19961119\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|