Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2016 FBO #5171
SOURCES SOUGHT

D -- DOL/MSHA MIMS Computer Hardware/Software Support Services

Notice Date
1/18/2016
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL-OPS-16-I-0126
 
Archive Date
2/9/2016
 
Point of Contact
Leslie A Tabash, Phone: 2026934574, Todd W. Blose, Phone: 2026937970
 
E-Mail Address
tabash.leslie.a@dol.gov, blose.todd.w@dol.gov
(tabash.leslie.a@dol.gov, blose.todd.w@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the U.S. Dept. of Labor (DOL) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Proprietary information, at this time, is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract, in accordance with FAR 15.201(e). It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. DOL is limiting responses to this RFI to no more than two pages, excluding supplemental materials such as brochures and product literature, and requests respondents adhere to this requirement for ease of response review. Description and Capability Requirements: The Mine Safety and Health Administration (MSHA) is responsible for enforcing health standards promulgated under the authority of Section 103 (a) of the Federal Mine Safety and Health Act of 1977. This RFI is intended to obtain capability statements from interested parties for providing computer hardware/software support services for MSHA's Approval & Certification Center's (A&CC) digital storage system (a.k.a. MIMS) located at in Triadelphia, WV. Computer hardware/software support services for MSHA's A&CC digital storage system includes full range software license support for the AX software packages used at the A&CC, hardware support, preventive maintenance, and on-call maintenance support. Desirable attributes of potential sources of support include: (a) technical and business capabilities to produce high quality and cost effective solutions, and (b) a mature corporate culture that uses either proprietary or industry standard methods to facilitate work outlined in work statements published by DOL/MSHA. The following list of capabilities is considered to greatly mitigate delivery risk of computer hardware/software support services for MSHA's A&CC's digital storage system. This list is based on historical delivery of computer hardware/software support for the A&CC's digital storage system. Respondents interested in providing a response to this RFI should submit information which clearly describes the following ((1) thru (14)): 1)Can the work be performed at the government site located at the Approval & Certification Center (A&CC) in Triadelphia, WV, not to more than fifty miles from A&CC to be able to provide emergency support within 24 hours of notification? 2)For the AX software package ApplicationXtender, currently in production at the A&CC, can the following be provide: a) software license authorization by the software vendor to use AX's software products as long as the license is in effect; b) upgrades to the software products; c) patches to the software products; and d) first-line technical consulting support through AX's value-added resellers? 3)For the AX software package Pegasus Scanfix for ApplicationXtender, currently in production at the A&CC, can the following be provide: a) software license authorization by the software vendor to use AX's software products as long as the license is in effect; b) upgrades to the software products; c) patches to the software products; and d) first-line technical consulting support through AX's value-added resellers? 4)For the AX software package ScanXtender Image Capture Server, currently in production at the A&CC, can the following be provided: a) software license authorization by the software vendor to use AX's software products as long as the license is in effect; b) upgrades to the software products; c) patches to the software products; and d) first-line technical consulting support through AX's value-added resellers? 5)For the AX software package ApplicationXtender Reports Management Server, currently in production at the A&CC, can the following be provided: a) software license authorization by the software vendor to use AX's software products as long as the license is in effect; b) upgrades to the software products; c) patches to the software products; and d) first-line technical consulting support through AX's value-added resellers? 6)For the AX software package DiskXtender Windows 500GB Capacity, currently in production at the A&CC, can the following be provided: A) software license authorization by the software vendor to use AX's software products as long as the license is in effect; b) upgrades to the software products; c) patches to the software products; and d) first-line technical consulting support through AX's value-added resellers? 7)For the AX software package DiskXtender Windows File System Manager Server, currently in production at the A&CC, can the following be provided: A) software license authorization by the software vendor to use AX's software products as long as the license is in effect; b) upgrades to the software products; c) patches to the software products; and d) first-line technical consulting support through AX's value-added resellers? 8)Can hardware support be provided at the MSHA government site located at the A&CC for the Plasmon Optical Jukebox (Model G24)? Regularly scheduled preventative maintenance includes parts, labor, and travel. 9)Can hardware support be provided at the MSHA government site located at the A&CC for the Kodak Color Scanner Models i1420, i2600, and i3200? Regularly scheduled preventative maintenance includes parts, labor, and travel. 10)Can support services be provided each year to cover such activities: a) technical consultation, b) service calls not covered by preventative maintenances, and c) special projects as outlined in work statements published by DOL? 11)List business size in accordance with potential NAICS Code 541519. The expression of interest should state whether the concern is a Large or Small Business and identify specifically if the firm is Small Business Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a)-certified Small Business, Veteran-owned Business, or Service Disabled Veteran-owned Small Business. 12)Provide the firm's Dun and Bradstreet number. 13)Any other Government contracts held including - a) General Services Administration/Federal Supply Schedule (GSA/FSS) contracts or b) any other Government-wide Acquisition Contracts (GWAC) (include the corresponding GSA/FSS Schedule or GWAC contract number). 14)If the firm has recently submitted a proposal for any similar requirements with any DOL or other U.S. Federal Government activities; please include: a) the agency's name, b) the solicitation number, and c) the Contracting Officer's name and point of contact information. RESPONSES: Please submit responses and information via email to Leslie A. Tabash, Contract Specialist, at Tabash.Leslie.A@dol.gov, and to Todd Blose, Contracting Officer, at Blose.Todd.W@dol.gov no later than 2 PM ET January 25, 2016. Firms may also submit supplemental materials such as brochures and product literature to the above email addresses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-16-I-0126/listing.html)
 
Place of Performance
Address: 765 Technology Drive, Triadelphia, West Virginia, 26059, United States
Zip Code: 26059
 
Record
SN03994350-W 20160120/160118233054-b6b6ea2aa25d48a8f07270689e20bd91 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.