Federal Bid

Last Updated on 09 Apr 2008 at 12 PM
Combined Synopsis/Solicitation
Location Unknown

D -- FileNet Software Maintenance

Solicitation ID Reference-Number-RQ-35-03-000105
Posted Date 27 Nov 2002 at 5 AM
Archive Date 09 Apr 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Procurement Department
Agency Pension Benefit Guaranty Corporation
Location United states
This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. This synopsis will serve as the Request for Quotations which seeks written proposals for the type of maintenance outlined herein. The PBGC anticipates awarding an Indefinite Delivery/Indefinite Quantity contract with firm fixed rates. The support necessary for this operation is a level that is defined by FileNet as the SILVER SUPPORT PLAN which is summarized in this announcement. The contractor shall provide telephone support and software upgrades for the period of January 1, 2003 through December 31, 2003. The Government may continue this service by exercising up to four one-year option periods. The contractor shall provide telephone support Monday through Friday, 7:00am to 7:00pm, local standard time, excluding Government Holidays. The contractor shall provide guaranteed response time of two hours for Priority 1 type service calls, four hours for Priority 2 calls, and eight hours for Priority 3 calls. Priority 1 service calls are those that are required when the system is totally down. Priority 2 service calls are those that are required when the outage affects production or is slowing processing. Priority 3 service calls are those that are required when the outage or software malfunction does not have a direct impact on production processing. Response is defined as initial telephone contact back to the caller, remote dial in or arrival on-site. The contractor shall provide all client/server software updates and upgrades, providing all major, minor and maintenance releases as they become available. The contractor shall provide remote technical support to PBGC for upgrading to a new release during normal support hours coverage. The contractor shall provide electronic support to include access to contractor FTP server for file transfers and downloading of common fix files. The software to be maintained is installed at Washington DC and other field locations. New releases of software will be distributed from the Washington DC location. The list of items to be maintained is available by request in both WordPerfect and Excel formats by emailing [email protected]. The complete list includes: p/n 303220, 3 ea; 303233, 500 ea; 303234, 4 ea; 303241, 4ea; 305609, 1 ea; 304850, 3 ea; 304869, 37ea; 305102, 15 ea; 306300, 16 ea; 305096, 2 ea; 305104, 1 ea; 305108, 2 ea; 500004, 4 ea; 501739, 3 ea; 304706, 4 ea; 304879, 305 ea; 304880, 130 ea; 304899, 2 ea; 502457, 1 ea; 305099, 1 ea; 501269, 20 ea; 303282, 1 ea; 305371, 10 ea; 305376, 1 ea; 502224, 1 ea; 304928, 1 ea; 305279, 2 ea; 305372, 8 ea; 502200, 2 ea. The list is subject to frequent revision as new products become available and older items are replaced. Rates for new items not existing on the contract shall be subject to negotiation. This action is not set aside and all sources may submit a quotation for consideration by the agency. The NAICS Code applicable to this requirement is 811212 and the dollar threshold is $21M. This synopsis incorporates provisions/clauses that are in effect through Federal Acquisition Circular 01-10. This acquisition will be processed using the Simplified Acquisition Procedures. Proposals received in response to this notice will be considered for award to the responsible offeror submitting the lowest overall cost to the Government. Offerors may be requested to demonstrate their capability to provide the required support. Questions relating to this notice shall be sent via facsimile to (202) 326-4162. Answers will be provided via this FedBizOps web site. The following provisions/clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Commercial Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.216-22, Indefinite Quantity; 52.217-9, Option to Extend the Term of the Contract (The first blank should read 30 days, second blank should read 60 days, and third blank should read 5 years.); 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub L. 103-355, section 7102, and 10 U.S.C. 2323)(the adjustment factor is 10%; if the offeror elects to waive the adjustment, it shall so indicate in its offer.); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) ; 52.222-26, Equal Opportunity (E.O. 11246).; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793).; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212).; 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).; 52.225-15, Sanctioned European Union Country End Products (E.O. 12849); 52.225-16, Sanctioned European Union Country Services (E.O. 12489); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332).; 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). Copies of the above provision/clauses are available upon written request and sent via facsimile to (202) 326-4162. A completed copy of provision 52.212-3 and firm rates shall be submitted with the quotation. Quotations will be accepted until 2:00pm, local time, December 3, 2002. Facsimile offers will be accepted at (202) 326-4162.
Bid Protests Not Available

Similar Past Bids

Washington District of columbia 31 Dec 2007 at 5 AM
Tinker air force base Oklahoma 05 Feb 2009 at 10 PM
Location Unknown 10 Dec 2012 at 6 PM
Location Unknown 05 Dec 2012 at 10 PM
Lackland air force base Texas 05 Aug 2014 at 1 PM

Similar Opportunities

Washington District of columbia 11 Jul 2025 at 2 PM
Hill air force base Utah 30 May 2026 at 10 PM
Hill air force base Utah 30 May 2026 at 10 PM
Hill air force base Utah 30 May 2026 at 10 PM
Louisiana 17 Jul 2025 at 3 PM