Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20,1996 PSA#1725

37th 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